Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
MODIFICATION

71 -- Office Modular Furniture

Notice Date
9/14/2009
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
FA4416-09-T-0039_Office_Modular_Furniture
 
Point of Contact
Anthony Vaughn, Phone: 3019812357, Cindy Lattimore, Phone: 3019812301
 
E-Mail Address
anthony.vaughn@afncr.af.mil, cynthia.lattimore@afncr.af.mil
(anthony.vaughn@afncr.af.mil, cynthia.lattimore@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/solicitation: PURCHASE Office System Furniture-Redesign. Request for quote is due on 18 September 2009, 12:00:00 PM Eastern Standard Time (EST). Point of Contact: Anthony Vaughn, Sr., 301-981-2357, Contract Specialist and Cynthia T. Lattimore, 301-981-2301, Contracting Officer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued. This combined solicitation/synopsis reference number is FA4416-09-T-0039 and is being issued as a combined synopsis/solicitation. This combined solicitation/synopsis document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, dated 11 August 2009. This acquisition is 100% set-aside for small businesses. The associated NAICS code is 337214 with a 500 employee size standard. The contractor shall submit a quote for following items (Office System Furniture): Line Item: 0001, Office Modular Furniture Line Item: 0002, Delivery/Freight Cost Line Item: 0003, Installation and Design: Design, drawings, installation, and clean-up See Attached Performance Work Statement for Additional Information. NOTE: A site visit will be conducted on Monday, September 14, 2009 at 9:00 a.m. EST. Attendees must enter Andrews AFB through the main gate off of Allentown Road. PLEASE PLAN TO ARRIVE AT THE VISITOR'S CENTER, NO LATER THAN 8:45 A.M. Please submit full name of each representative that will be attending the site visit to Anthony Vaughn via email at anthony.vaughn@afncr.af.mil, no later than September 11, 2009 by 2:00 p.m. EST. The delivery location will be made to Andrews AFB, MD 20762. Acceptance and inspection are FOB destination. Deliver to Customer: 1st Helicopter Squadron (1st HS) Street Address: 1914 Arnold Avenue Andrews AFB, MD 20762-6500 Attn: Ms. Kristine Carter Equipment delivery shall be within 45 days after contract award. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full texts of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) The provision at FAR 52.212-1, Instruction to offeror-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items Evaluation, applies to this acquisition. Addendum paragraph (a). The Government intends to make a single purchase order to the responsible quoter whose quote can fulfill the entire required delivery requirement in full compliance to all other requirements set forth in the Combined Synopsis/Solicitation, who offers the lowest price. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Item (Deviation). Specifically, the following clauses cited are applicable to this solicitation: • FAR 52.203-13, Contractor Code of Business Ethics and Conduct; • FAR 52.219-8, Utilization of Total Small Business Concerns; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-39, Notification of Employment Rights Concerning Payment of Union Dues or Fees • FAR 52.222-41, Service Contract Act of 1965; • FAR 52.222-50, Combating Trafficking in Persons; • FAR 52.222-50, Combating Trafficking in Persons, Alternate I; • FAR 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Certain Equipment--Requirements • FAR 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements • FAR 52.222-54, Employment Eligibility Verification; • FAR 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations; • FAR 52.247-64, Preference for Privately-Owned U.S.-Flag Commercial Vessels; The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders, applies to this acquisition. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. Specifically, the following clauses cited are applicable to this solicitation: • FAR 52.203-3, Gratuities • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders • DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) • DFARS 252.219-7004, Small Business Subcontracting Plan (Test Program) • DFARS 252.225-7001, Buy American Act and Balance of Payments Program • DFARS 252.225-7008, Restriction on Acquisition of Specialty Metals • DFARS 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals • DFARS 252.225-7012, Preference for Certain Domestic Commodities • DFARS 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools • DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings • DFARS 252.225-7021, Trade Agreements • DFARS 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales • DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Governments • DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program • DFARS 252.225-7036, Alternate I, Buy American Act-Free Trade Agreements-Balance of Payments Program • DFARS 252.225-7038, Restriction on Acquisition of Air Circuit Breakers • DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns • DFARS 252.227-7015, Technical Data-Commercial Items • DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports • DFARS 252.232-7019, Training for Contractor Personnel Interacting with Detainees • DFARS 252.243-7002, Requests for Equitable Adjustment • DFARS 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer • DFARS 252.247-7023, Transportation of Supplies by Sea o DFARS 252.247-7023, Alternate I, Transportation of Supplies by Sea o DFARS 252.247-7023, Alternate II, Transportation of Supplies by Sea o DFARS 252.247-7023, Alternate III, Transportation of Supplies by Sea • DFARS 252.247-7024, Notification of Transportation of Supplies by Sea The following additional clauses are applicable to this procurement: • DFARS 252.204-7001, Commercial And Government Entity (CAGE) Code reporting (Aug 1999); • DFARS 252.204-7004, Required Central Contractor Registration (CCR) Contractors are not registered in CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414); • DFARS 252.232-7003, Electronic Submission of Payments Requests; • DFARS 252-232-7010, Levies on Contract Payments (Dec 2006); • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003); • AFFARS 5352.242-9000, Contractor Access to Air Force Installations; • 316 CONS - 004 AAFB Environmental Standards (26 Oct 2006); • 316 CONS - 007 Personnel Security Requirements; • 316 CONS - 010 Wide Are Work Flow; • 316 CONS - 011 Ombudsman; Offerors are required to complete and include a copy of the following provisions with their proposals or have available online at https://orca.bpn.gov: FAR 52.212-3, Offeror Representation and Certifications - Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications - Commercials Items; DFARS 252.225-7000, Buy American Act- Balance of Payments Program Certificate. Contractors are responsible for ensuring their proposals are in line with all updates, modifications and amendments done to the combined solicitation/synopsis prior to the close out date stated herein. The deadline for QUESTIONS is 15 September 2009 at 12:00 PM Eastern Standard Time (EST). Responses to this combined synopsis/solicitation must be received via email, or fax by 18 September 2009 no later than 12:00 PM (EST) to anthony.vaughn@afncr.af.mil. The fax number is 301-981-1910. Prospective offerors are responsible for ensuring that the contracting administrator receives the faxed proposals. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications reservations and withdrawal of offers." Responses should be marked with solicitation number FA4416-09-T-0039.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA4416-09-T-0039_Office_Modular_Furniture/listing.html)
 
Place of Performance
Address: Andrews AFB, Andrews AFB, Maryland, 20762-6500, United States
Zip Code: 20762-6500
 
Record
SN01953486-W 20090916/090915000507-25532d5ca7ea313fc054c1b6caa90087 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.