Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

71 -- Catholic Furniture

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
munoz-F3Z0450133AG01
 
Archive Date
9/24/2010
 
Point of Contact
Michael B. Munoz, Phone: 7074247754, Elizabeth A Squires, Phone: 707-424-7761
 
E-Mail Address
michael.munoz-02@travis.af.mil, elizabeth.squires@travis.af.mil
(michael.munoz-02@travis.af.mil, elizabeth.squires@travis.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 FAR 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. The solicitation number is F3Z0450133AG01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 effective 13 Apr 10, Defense DCN 20100820 effective 20 August 10, and AFAC 2010-0402 effective 02 Apr 2010. This acquisition is being set aside for small business's; the North American Industry Classification System (NAICS) code is 337127. The business size standard is 500. The Federal Supply Class (FSC) is 7195. The Standard Industrial Classification (SIC) is 2599. Travis AFB intends to award a purchase order for Catholic Furniture in accordance with the attached item list. Note- For dementions, A= top height, B= Front Height, C= Width of Top, D= Height of side CLIN0001- STATUE - St. Michael Slaying Satan 58" (26W x 17D x 58H) in antique stone CLIN0002- RED Altar Cloth (size: A=30", B=10", C=72:25", D=10" - 50% rayon/50% polyster with descending dove in center with Trinity circles and cross on each side of dove. CLIN0003- High Relief Bronze/Combined with smooth satin finish Candlesticks - (Height 4", base 5 5/8" dia) Design: Rotating circles in the center. CLIN0004- STATUE - Holy Family Oversized 66" Statue (32W x 18D x 66H) in antique stone CLIN0005- RED Altar Cloth (size: A=30", B=10", C=72:25:, D=10" - Washable fitted 50% rayon/50% polyster blend; CENTER: crown of thorns with IHS in the middle; on each side of the crown there is a crown of thorns as well. CLIN0006- GREEN Altar Cloth (Size: A=30", B=10", C=72:25", D=10" - Washable fitted 50% rayon/50% polyster blend; Design: Cross in center with surrounding wheat; a cross on each side of wheat. CLIN0007- High Relief Bronze Combinde with Smooth Satin Finish Processional Candleholders - 44"H x base 12"D (Design has rotating circles - to match the altar candle holders) CLIN0008- Morgan Gothic Traditional Baptismal Font - Solid oak with decorative gothic arches and a wood cross handle CLIN0009- High Relief Bronze Combined with smooth Satin Finish Processional Crucifixe #70PC20 pg 153 Gold cross with silver finish Christ (Cast aluminum Corpus of High Polish Finish. Cross height 21", Width 13 1/2", Base 12" diameter. circular designs on base and center to match processional candles and altar candles. CLIN0010- Italian Stations of the Cross - Wood with painting and gold trim - 10 1/2 " x 7 1/2 " CLIN0011- Cavanaugh Altar bread (host) - Whole Wheat - 1 1/8" - 1000 per container - plain cross design no crucifix CLIN0012-Excelsis High Polish Bronze Bookrest with 7" base. Award shall be made in the aggregate, all or none. All questions regarding the solicitation must be submitted to to me via email by 6 September 2010. Please send all offers to michael.munoz.3@us.af.mil or fax to 707-424-5189 NO LATER THAN 9 September 2010, 1200, PST. Point of contact is Michael B. Munoz, Airman, Contract Specialist, telephone 707-424-7754. Alternate POC is Elizabeth A. Squires, Contracting Officer, telephone 707-424-7761. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from 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: (i) technical capability of the item offered to meet the Government requirement listed in the description, CLIN 0001; (ii) price; (iii) Completion Date, project must be completed and invoiced by 30 September 2010. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252-232-7003 Electronic Submission of Payment Requests DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.222-41 Service Contract Act of 1965 Wage Determination No: 2005-2069 Revision No: 6 Date of revision: 05/29/2008 FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires in Full Text In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-6 Authorized Deviation in Clauses DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. 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. All questions regarding the solicitation must be submitted to to me via email by 6 September 2010. Please send all offers to michael.munoz.3@us.af.mil or fax to 707-424-5189 NO LATER THAN 9 September 2010, 1200, PST. Point of contact is Michael B. Munoz, Airman, Contract Specialist, telephone 707-424-7754. Alternate POC is Elizabeth A. Squires, Contracting Officer, telephone 707-424-7761.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/munoz-F3Z0450133AG01/listing.html)
 
Place of Performance
Address: Travis AFB Chaple, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02256980-W 20100828/100827000654-1f0d5b738bde818a4696e2471ffcf0c0 (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.