Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
MODIFICATION

71 -- Pease ANGB Bldg 100 Furniture

Notice Date
4/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, 157 MSG/MSC Contracting Office, 302 Newmarket ST Bldg 145, PEASE ANGB, New Hampshire, 03803-0157
 
ZIP Code
03803-0157
 
Solicitation Number
W912TF-10-Q-0526
 
Archive Date
5/14/2010
 
Point of Contact
Scott Ballweg, Phone: 6034303501, Regina M. Rockwood, Phone: 6034303459
 
E-Mail Address
scott.ballweg@ang.af.mil, regina.rockwood@ang.af.mil
(scott.ballweg@ang.af.mil, regina.rockwood@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. This announcement is being issued as a request for quotation (RFQ) W912TF-10-Q-0526 and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-38. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 423210 applies to this solicitation; business size standard is 500 employees. The New Hampshire Air National Guard intends to issue a firm fixed priced purchase order for the following items: Delivery and installation of new furniture for offices, classroom, and conference room for the 157th Air Refueling Wing's Operation and Training Facility, which is currently being constructed. The anticipated completion date is April 25, 2010. Please refer to the attached Bldg 100 Quote Sheet for product specifications for each item needed. Also fill out the "alternate finishes" page on the same excel attachment. Use of the attached quote sheet is critical to the evaluation of your quote. Independent quotes may be submitted, however the attached quote sheet must also be submitted and provide the detail requested. Offer evaluation will be based on price and technical factors. Technical factors are approximately equal in weight to price related factors. The offered items best meeting the Governments requirement will be selected. The government reserves the right to accept or reject alternate proposals at its option; however offerors must also price the project as specified. Alternate proposals should include enough detail for the Government to understand the alternate as well as its benefits. Costs and or credits shall be listed separately. In the event the government elects to accept an alternate proposal from another offeror, offerors may not be notified that an alternate proposal was accepted. Acceptance of offers must be allowed through June 1, 2010. This announcement should not be construed as a commitment by the Government to award a contract. Delivery requirement: 30 days ARO, FOB Destination to Pease ANGB, Newington NH 03801 Exact address will be provided upon award. A site visit will be held on April 22, 2010 at 3:30 PM Est. Please email Scott.ballweg@ang.af.mil by April 20, 2010 at 10:00 AM Est a list of names if you attending. 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 Provide CAGE code and tax ID # within quote. All questions and quotes must be directed to Scott Ballweg at: email: Scott.ballweg@ang.af.mil using the attached Request For Information (RFI) sheet and Regina Rockwood at reina.rockwood@ang.af.mil. Quotes are required to be received by no later than 10:00 AM EST, Thursday, April 29, 2010 via E-mail only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA27-1/W912TF-10-Q-0526/listing.html)
 
Place of Performance
Address: Pease ANGB, Newington, New Hampshire, 03801, United States
Zip Code: 03801
 
Record
SN02119395-W 20100414/100412234857-adb8b21a8496a1d3b4f872e59a823ff6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.