Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2010 FBO #3043
SOLICITATION NOTICE

71 -- OFFICE FURNITURE

Notice Date
3/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6THCC0067A001
 
Response Due
4/2/2010
 
Archive Date
6/1/2010
 
Point of Contact
Heidi R Weber, 509 247 7224
 
E-Mail Address
141 ARW/MSC
(heidi.weber@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. Reference number F6THCC0067A001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This solicitation is set aside for small business; the associated NAICS code is 337211 and small business size standard is 500 employees. This requirement is for the purchase of: **All items referenced are Wrightline Furniture. Items must be equal or an approved equal** Furniture color examples may be viewed at www.wrightline.com modular office /Furniture/Linx/Brochure. warm brown color and American cherry wood color for plastic laminate tops. 0001-AA (QTY 1) 72 inch x 36 inch Linx Top 0002-AA (QTY 1) 29 inch x 36 inch Left Std Upright 0003-AA (QTY 3) 29H x 24D Right Std Upright 0004-AA (QTY 1) 36 inch x 30 inch Sq Connector 0005-AA (QTY 1) 29H x 30D Left Full Upright 0006-AA (QTY 1) 72inch x 30inch Linx Top 0007-AA (QTY 1) 29H x 30D Right Std Upright 0008-AA (QTY 2) Box/File Mobile Pedestal 0009-AA (QTY 2) File/File Mobile Pedestal 0010-AA (QTY 2) 24inch Powerstrip, 6 Outlets, 15A 125V 0011-AA (QTY 2) 30inch Sidewinder Shell 0012-AA (QTY 2) Item No. AMO5FF Shelf, Universal Fixed--No Dividers 0013-AA (QTY 2) Item No. AM14RF 12 inch Bin Drawer 0014-AA (QTY 2) Item No. 7937 Sidewinder Top 39 x 24 0015-AA (QTY 1) Transportation/Delivery to include carrying product into the building. No install required. Customer will need install instructions. **All items referenced are Wrightline Furniture. Items must be equal or an approved equal** **Loading dock available for pallet jack only No elevator Furniture to be delivered through roll up doors. Vendor will not remove the packing materials. May deliver over a consecutive two day period if needed POC will be available during delivery and install&0600-1500 Mon - Fri Floors are carpeted No stairs Furniture will be brought through a set of double doors on the first floor Furniture to be placed in one office. Color of furniture may be viewed at www.wrightline.com modular office Furniture/Linx/Brochure. Color Steel cabinets, mobile pedestals, desk supports & privacy panel Warm brown color (Maple for wood portions) Plastic laminate tops American cherry wood color. Delivery requirement: 45 days ARO, FOB Destination to McChord AFB, WA 98438. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. "FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. "FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price, technical acceptability, delivery, and the overall best value (as determined by the Government) - The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 "Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation " FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, " DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items " DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) " DFARS 252-225.7001, BAA - Balance of Payments Program " DFARS 252.225-7002, Qualifying Country Sources as Subcontractors " DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) " DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) " DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) " DFARS 252.246-7000, Material Inspection And Receiving Report Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 11:00 A.M. PST on 2 April 2010 to Heidi.Weber@ang.af.mil or 509-247-7224 FAX 509-247-7225. Electronic offers preferred. All questions must be submitted in writing no later than Thursday 1 April 0900, PST. Repeat all questions in writing no later than Thursday 1 April 0900, PST. Provide CAGE code and tax ID # within quote. SEE ATTACHED DRAWING/SPECS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC0067A001/listing.html)
 
Place of Performance
Address: WESTERN AIR DEFENSE SECTOR Washington Air National Guard Mcchord AFB WA
Zip Code: 98438
 
Record
SN02099748-W 20100325/100323235244-5e453a419b96016c070215b548fbce83 (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.