Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

72 -- Window Blinds

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337920 — Blind and Shade Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
Wilson-F2XHA20187A001-WindowBlinds
 
Archive Date
9/15/2010
 
Point of Contact
C. Byron Wilson, Phone: 334-953-6606, David C. Moore, Phone: 334-953-6615
 
E-Mail Address
charles.wilson@maxwell.af.mil, David.Moore2@maxwell.af.mil
(charles.wilson@maxwell.af.mil, David.Moore2@maxwell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services, below. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number Wilson-F2XHA20187A001-WindowBlinds). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-43 (2 Aug 2010) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20100820. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A Firm Fixed Priced Award will be made to the responsible offeror whose quote will provide the best value to the Government, NAICS Code: 337920; size standard: 500 employees IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITON: Air University has a requirement to purchase window blinds for multiple rooms, HQ Air university, Bldg, 800, Maxwell AFB, AL. The Schedule of Supplies/Services provides all items and quantities required. All measurements are approximate measurements. Offeror is responsible for all field measurements of actual windows for bidding purposes. This procurement will be awarded under Simplified Acquisition Procedures as a 100% small business set-aside. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001: Faux Wood Window Blinds approximately 36"x 72" Solid Neutral Color 2" to 2.5" slat size and include durable tilt and lift controls, Quantity: 206 Each. CLIN 0002: Faux Wood Window Blinds approximately 36" x 36" Solid Neutral Color 2" to 2.5" slat size and include durable tilt and lift controls, Quantity: 36 Each. CLIN 0003: Installation of window blinds, Quantity: 242 Each. Window blinds shall be constructed of vinyl or composite material that is scratch resistant, moisture resistant, and resistant to the effects of direct sunlight exposure. Installation shall be "inside mount" with blinds set completely within the existing window setback ledge and no parts of the blind protruding past the interior wall surfaces. In many cases, the window blind cornice may be mounted behind and above an existing suspended ceiling grid that is installed a few inches below the top edge of the window. Required delivery date: All window blinds shall be furnished and installed wihin 35 calendar days from date of contract award. QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with the following instructions. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a. By submitting a quote the offeror accedes to all solicitation requirements, including technical, and the terms and conditions, including the specifications (CLINs 0001, 0002, and 0003) of this requirement. b. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7000, Buy American Act Certificate with quotation. c. Offerors must provide material sample of the blind slats (showing color and texture) with his/her quote. d. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". Offerors must quote all items; partial quotes will not be accepted. e. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be made to the responsible offeror based on technical acceptability and price as follows: Technical: Technical proposals will be evaluated on a pass/fail basis. The government will evaluate the Offerors' material sample of the blind slats (showing color and texture) to ensure proposed window blinds accede to the solicitation requirement, (i.e., Window blinds shall be constructed of vinyl or composite material that is scratch resistant, moisture resistant, and resistant to the effects of direct sunlight exposure). Prices will be evaluated for fair and reasonableness, on a Total Price Basis, by a comparison of proposed prices submitted in response to the RFQ. Quotes will be evaluated to determine which Offerors' quote represents the best value to the Government. The Offeror's quote should demonstrate a clear understanding of the nature of the requirement. The technically acceptable quote with the lowest evaluated price will be determine the best value to the Government. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: - Central Contractor Registration 52.212-4 -- Contract Terms and Conditions -- Commercial Items 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.232-32, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000, Requirements Relating to Compensaton of Former DOD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Alt III, Transportation of Supplies by Sea 52.252-2, CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) MAXWELL 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: steve.smith@maxwell.af.mil Contract Specialist: charles.wilson@maxwell.af.mil Contracting Officer: chad.hankins-02@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. SITE VISIT A site visit is scheduled for 1330 Hours CST on 26 Aug 2010. Bidders/Offerors should be at the Air University Head Quarters, Bldg 800, located on Maxwell AFB, AL at this time and date to view the work site and present pertinent questions. Bidders/Offerors are encouraged to visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve bidders/offerors from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for bids/request for proposals, the specification, or related documents. Please send an e-mail to charles.wilson@maxwell.af.mil if you plan on attending the site vist. Responses to this notice shall be provided in writing via e-mail to: A1C C. Byron Wilson, at charles.wilson@maxwell.af.mil. All responses shall be received NLT 1:00 PM All inquiries/responses to this notice must be received by 4:00 p.m Central Daylight Savings Time (CDST) on 30 August 2010. Email is the preferred method. Points of Contact: C. Byron Wilson, Contract Specialist, Phone (334) 953-6606, Fax (334) 953-2856.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/Wilson-F2XHA20187A001-WindowBlinds/listing.html)
 
Place of Performance
Address: Maxwell AFB, AL, Maxwell AFB, Alabama, 36112-5948, United States
Zip Code: 36112-5948
 
Record
SN02251383-W 20100825/100823235426-83645c8f0af295aadb34b8d54de934de (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.