Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
MODIFICATION

81 -- Corrugated Sheets & Staples - Box Making Supplies

Notice Date
8/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
322211 — Corrugated and Solid Fiber Box Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA4452-10-Q-A071
 
Archive Date
8/19/2011
 
Point of Contact
Brittany R. Rohrer, Phone: 6182569941
 
E-Mail Address
brittany.rohrer@scott.af.mil
(brittany.rohrer@scott.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Any questions must be submitted by 12PM, 25 August 2010. Vendor questions as of 24 August 2010 have been posted. Please review these and re-submit quotes if necessary. This is a 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 solicitation; quotes are being requested and a written solicitation will not be issued. The AMC Specialized Contracting Branch intends to solicit and award a firm-fixed price contract, under Federal Acquisition Regulation (FAR) Parts 12 and 13. The North American Industry Classification System (NAICS) for this acquisition is 322211; Small Business Size Standard of 500employees. The solicitation number for this announcement is Request for Quote (RFQ) FA4452-10-Q-A071, for 300 boxes of staples; 11,502 sheets of single wall corrugated fiberboard; 10,000 sheets of double wall corrugated fiberboard. The staples must meet the following specifications and be compatible with the Stanley Bostitch P51CR-10B Stapler. Specifications follow: Fastener Crown Length ½ Fastener Gauge.103" x.020" Finish Galvanized Leg Length 5/8 Quantity Per Item Pack minimum 2,400 Staple Wire Gauge.103x.020 The single wall corrugated sheets must measure 85inches X 108inches and have a bursting strength of 275 pounds. The double wall corrugated sheets must measure 85inches X 108inches and have a bursting strength of 275 pounds. Required Shipping is FOB Destination to the following Government installations: McDill AFB, FL; McGuire AFB, NJ; Charleston AFB, SC; Dover AFB, DE and Fairchild AFB, WA. Total cost shall include all shipping and handling. Items are to be delivered within 30 days ARO. The delivery schedule for this equipment is listed under delivery information posted to FedBizOpps. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect in the Federal Acquisition Circular 2005-43. It is the intent of the Government to award one firm fixed price contract to the offeror who quotes the lowest price for the supplies that meet the stated specifications. The following provisions apply to this acquisition: FAR 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS; DFARS 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY. 52.233-2 -- Service of Protest. Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from HQAMC/A7KQ, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The clause FAR 52.204-7 Central Contractor Registration applies to this acquisition. The following clauses apply at FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-8 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR IMPROPER ACTIVITY; FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS; FAR 52.209-6 PROTECTING THE GOVERNMENTS INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT; FAR 52.211-5 MATERIAL REQUIREMENTS; FAR 52.219-4 LIMITATIONS ON SUBCONTRACTING; FAR 52.555-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES; FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; 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 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS; FAR 52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION; FAR 52.223-6 Drug Free Workplace; FAR 52.223-14 TOXIC CHEMICAL RELEASE REPORTING; FAR 52.224-1 PRIVACY ACT NOTIFICATION; FAR 52.224-2 PRIVACY ACT; FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES; FAR 52.232-17 Interest; FAR 52.232-23 Assignment of Claims; FAR 52.232-25 Prompt Payment; FAR 52.233-1 Disputes; FAR 52.233-3 PROTEST AFTER AWARD; FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM; FAR 52.242-13 Bankruptcy; FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE; FAR 52.253-1 COMPUTER GENERATED FORMS; FAR 52.249-8 Default (Fixed-Price Supply and Service). The following clauses apply to this acquisition: DFARS 252.203-700 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS; DFARS 252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-CONTRACT-RELATED FELONIES; DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS; DFARS 252.211-7003 ITEM IDENTIFICATION AND VALUATION; DFARS 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT; DFARS 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA. 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 or AFISRA ombudsmen, Mr. Michael Jackson, HQ AMC/A7K, 507 Symington Dr, Scott AFB, IL 62225-5022, 618-229-0267, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. Wide Area Workflow procedures shall be used for invoicing and acceptance of this requirement. All offers are due to this agency no later than 12:00 pm, Central Standard Time (CST), 26 August 2010. Send all offers to the attention of Brittany Rohrer, 507 Symington Dr. Rm W202, Scott AFB, IL 62225-5022, or by facsimile to 618-256-5724, or e-mail to brittany.rohrer@scott.af.mil. To view the clauses in full text, visit https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA4452-10-Q-A071/listing.html)
 
Place of Performance
Address: Delivery Schedule Attached - FOB destination shipping to five (5) CONUS locations, United States
 
Record
SN02252087-W 20100826/100824234815-e079db304501714cb7a48add295e94c2 (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.