Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SPECIAL NOTICE

71 -- AFIT Office Furniture - Attachment #1

Notice Date
4/8/2010
 
Notice Type
Special Notice
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-T-0176
 
Archive Date
4/28/2010
 
Point of Contact
Alicia W. Davis, Phone: 9375224611, Rabbanai T Morgan, Phone: 9375224569
 
E-Mail Address
alicia.davis@wpafb.af.mil, rabbanai.morgan@wpafb.af.mil
(alicia.davis@wpafb.af.mil, rabbanai.morgan@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sole Source Justification Specifications Representations and Certifications The 88th Contracting Squadron at Wright Patterson Air Force Base (WPAFB), Ohio intends to negotiate and award a Sole-Source Purchase Order (PO) to UNICOR, P.O. BOX 13640 Lexington KY 40583-3640 for the purchase of Office Furniture/Workstations. Acquisition of this requirement on a sole source basis is due to the compatibility in terms of color and design with furniture previously purchased from UNICOR; compenents must be interchangeable with existing furniture, per the redacted Sole-Source Justification at Attachment 3. All responsible sources may submit a quotation/proposal, which shall be considered by the agency. This is a combined synopsis/solicitation. The contractor shall provide a complete bill of materials (including shipping/handling, freight, etc.) necessary to meet the requirements for the Air Force Institute of Technology (AFIT), Wright-Patterson Air Force Base (WPAFB) OH. See the specifications at Attachment 2 to this announcement. This is a commercial purchase prepared IAW the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are requested and a written solicitation will not be issued. The solicitation number is FA8601-10-T-0176 and is issued as a Request for Quotations (RFQ) and procurement of the required product is conducted as a commercial item acquisition using Simplified Acquisition Procedures (SAP) IAW FAR Part 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-39, 19 Mar 2010. The NAICS Code is 337214 and the size standard is 500 employees. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009), which is Attachment 1 to this announcement. The Government's preference is that offerors complete their Representations and Certifications online. This can be accomplished by registering in the Online Representations and Certifications Application ( ORCA) at https://orca.bpn.gov/ and completing the on-line Representations and Certifications. Offerors shall comply with FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). Offerors shall submit price quotations by entering the unit price, offered and the total price below and returning this sheet with its offer: CLIN NO. 0001 ITEM: (Please see Attachment #2 Specifications) QUANTITY: (Please see Attachment #2 Specifications) UNIT PRICE: TOTAL PRICE: Quotations shall also include the requirements found in the Instructions to Offerors including the name, address and telephone number of the offeror's firm; point of contact's name, phone, and email address; quotation date; quotation number; any discounts; how long the quote is valid (minimum 60 days); lead time after receipt of order, warranty information etc. Payment terms shall be Net 30; however, quotations may offer discount terms for earlier payment. Quoted price shall be FOB DESTINATION. Quotations shall contain a complete description of how the contractor will comply with each requirement in the specification at Attachment 2 to this announcement. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. This solicitation and resulting contract incorporates/will incorporate provisions and clauses by reference and/or full text: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); (the fill in portion of this clause is: http:// farsite.hill/af/mil or http://www.arnet.gov/far ); 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http:// farsite.hill/af/mil or http://www.arnet.gov/far ); Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as "RESERVED"]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote shall clearly demonstrate the offeror's capability to comply with and perform the requirements of the Specifications. Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications (Aug 2009); 52.212-3 (Alt 1), Contractor Representations and Certifications - Commercial Items 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Feb 2010) The clauses that are check marked as being applicable to this purchase are: - 52.219-28 Post-Award Small Business Program Representation (April 2009); - 52.222-3 Convict Labor (Jun 2003); - 52.222-19 Child Labor Cooperation with Authorities and Remedies (Aug 2009); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [End Fill In For 52.212-5] ; The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and - 252.247-7023, Transportation of Supplies by Sea (May 2002) - 252.247-7023, Alt III Transportation of Supplies by Sea (May 2002) [End Fill In For 252.212-7001] ; 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); Be advised that the following local clauses will be incorporated in full text in any resulting award. The Contracting Officer will make their full text available upon request. 88 CONS G-001, Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instruction s 88 CONS H-002, Delivery Procedures Commercial Vehicles (JUL 2005) Quotations AND completed representations and certifications are due by 1:30 pm on Tuesday, April 13 2010 to: Alicia W. Davis, 88 CONS/PKBB Fax is 937-656-1412 (ATTN: Alicia Davis). E-mail is: alicia.davis@wpafb.af.mil E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. Mailing Address: ATTN: Alicia W. Davis 88 CONS/PKBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 *Please note that all offers received by mail must be received by closing date and time as indicated above. Direct questions to Alicia Davis at email alicia.davis@wpafb.af.mil or phone 937-522-4611.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0176/listing.html)
 
Place of Performance
Address: AFIT, Area B, Wright Patterson Air Force Base, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02116533-W 20100410/100408235126-93ab6e345f358ef7589bd03fd936b009 (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.