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 -- Combat Weapons Racks

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
10TC769
 
Archive Date
9/15/2010
 
Point of Contact
Chad J. Stemick, Phone: 2106711754, Steve Cardenas, Phone: (210) 671-1750
 
E-Mail Address
chad.stemick@us.af.mil, steve.cardenas@us.af.mil
(chad.stemick@us.af.mil, steve.cardenas@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and 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. This procurement is being issued as 100% Small business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-43 Released 20100802 and DFARS Change Notice 20100820. The North American Industry Classification System (NAICS) code is 337215 and the size standard is 500 employees. FAR Clause 52.214-21, "Descriptive Literature" is applicable to this solicitation. Contract Line Item Numbers (CLINs) for this solicitation are as follows: 0001 60" H MULTI-MEDIA WEAPONS STORAGE CABINETS ( Rack's have to be lightly colored, i.e. light gray or off white) 12 EA tiny_mce_marker______ tiny_mce_marker________ 0002 UNIVERSAL BACK PANEL 12 EA tiny_mce_marker______ tiny_mce_marker________ 0003 10 CAPACITY STOCK SADDLE 12 EA tiny_mce_marker______ tiny_mce_marker________ 0004 1 CAPACITY BARREL SADDLE 7" 120 EA tiny_mce_marker______ tiny_mce_marker________ 0005 6 CAPACITY HANDGUN PAC W/ NO CLIP STORAGE 24 EA tiny_mce_marker______ tiny_mce_marker________ This is a brand name or equal requirement. If providing a or equal please include all required spec's and drawings with the Request for Quote. This requirement is to provide storage for 120 Long Guns, Air Rifles and Shot Guns. Also 144 Hand Guns with no clip storage. TOTAL COST tiny_mce_marker_______ NOTE: Failure to provide descriptive literature (FAR 52.214-21) shall be cause for rejection of the offer. FOB: __________________ for delivery to HQ AFSFC, Attn: MEMO, 1517 Billy Mitchell, Lackland AFB, TX 78236. The following clauses and provisions apply to this solicitation: FAR 52.211-6 -- Brand Name or Equal FAR 52.212-1 - Instructions to Offerors - Commercial Items. Addendum: The following paragraph is tailored as follows: Para (c), Period for Acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 60 calendar days for the date specified for receipt of offers. Interested parties may submit a written offer in accordance with FAR 52.212-1. Offers submitted orally will not be accepted. Your offer must include discount terms, delivery date, tax identification number, cage code, and DUNS number. To be eligible to receive an award resulting from this RFQ, offerors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Offerors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. FAR 52.212-2 - Evaluation - Commercial Items. (Jan 1999) The following factors shall be used to evaluate offers: (1) Conformance to the description of supplies; and (2) Price. Only firm-fixed price offers will be evaluated. The Government will award a firm-fixed price contract resulting from this solicitation to the lowest priced, responsible offeror submitting the offer that provides the best value to the Government. Since award will be based on initial responses, offerors are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.214-21 - Descriptive Literature FAR 52.219-1 - Alt 1, Small Business Program Representations FAR 52.219-6 - Notice of Small Business Set-Aside FAR 52.219-28 - Post Award Small Business Program Rerepresentation FAR 52.222-3 - Convict Labor FAR 52.222-50 - Combating Trafficking in Persons FAR 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 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 address: http://farsite.hill.af.mil. FAR 52.252-6 - Authorized Deviations in Clauses, fill in: Defense Federal Acquisition Regulations Supplement (48 CFR Chapter 2) DFARS 252.204-7003 - Control of Government Work Product, DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001- BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JUN 2005) DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports AFFARS 5352.242-9000 - Contractor Access to Air Force Installations. ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (LACKLAND 0003) (AUG 09) PAYMENT: Contractors shall submit complete invoices to the payment office (Defense Finance Accounting Services - DFAS) identified on the face of this document. ALL INVOICES MUST HAVE A VALID PURCHASE ORDER NUMBER ON THEM. Submit payment request using one of the following electronic forms: Wide Area Work Flow-Receipt and Acceptance (WAWF-RA) or the Web Invoicing System (WinS). Information regarding these programs is available on the internet at http://wawf.eb.mil American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. Information regarding EDI formats is available on the internet at http://www.x12.org. EDI Implementation guides are available on the internet at http://www.dfas.mil/ecedi. Payment questions can be forwarded to the Payment Office's Customer Telephone Inquiry Number for DFAS Limestone at (207) 328-1676 or toll free at 800-337-0371/800-390-5620 or (866) 392-7091 (fax), or on line at http://www.dfas.mil under Money matters: Vendor Pay Inquire System - Select Non-MOCAS System. Note: When inquiring by contract number, exclude the dashes or the contracting office. The following codes and information will be required to route your invoice(s) and additional e-mail(s) correctly through WAWF: Contract Number: FA3047-10-P-XXXX Delivery Order: Issue-by DoDDAC: FA3047 Admin DoDAAC: FA3047 Inspected By DoDAAC/BPN: Ship-to Code/BPN: F2MTCW Service Acceptor/BPN: Pay DoDAAC: F67100 Contracting POCs: SSgt Chad Stemick Contract Administrator Phone: 210-671-1754 e-mail: chad.stemick@us.af.mil Steve Cardenas Contracting Officer Phone: 210-671-1750 e-mail: steve.cardenas@us.af.mil Customer: HQ AFSFC Contractor: POC Name: Company Name: Contact Number: Email: Written offers are due no later than 31 Aug 2010, 12:00 p.m. Central Standard Time (CST). Offers must be mailed to POC: SSgt Chad Stemick at 210-671-1754 802d CONS/LGCB, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to (210) 671-1199, or emailed to chad.stemick@us.af.mil. Please be advised that the Government will treat proposals received after the deadline as late in accordance with FAR 52.212-1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/10TC769/listing.html)
 
Place of Performance
Address: Lackland AFB, Tx, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02257077-W 20100828/100827000747-02adf21f25b616ad655d6fcecc0c9bf1 (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.