Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
MODIFICATION

71 -- Furniture

Notice Date
9/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G3CJ0182AG04
 
Archive Date
9/29/2010
 
Point of Contact
Byron V. Burton, Phone: 7026529577
 
E-Mail Address
byron.burton@nellis.af.mil
(byron.burton@nellis.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. SOLICITATION #: F3G3GJ0182AGO4 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 337211 This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. SBA Size Standard: 500 employees Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001: 12 ea Sofa, MITCHELL P/N C09-3, Fabric grade 4 (or higher), Pattern-Maharam Skate 462370/008 Lagoon. Requirements for all seating (Line #'s 1-3): 20+ year Warranty all inclusive Standard Moisture Barrier on Foam Springless seat suspension Field Re-newable Field Re-upholsterable CLIN 0002: 6 ea Loveseat, MITCHELL P/N C09-2, Fabric grade 4 (or higher), Pattern-Maharam Skate 462370/008 Lagoon. CLIN 0003: 24 ea Chair, MITCHELL P/N C09-1, Fabric grade 4 (or higher), Pattern-Maharam Skate 462370/008 Lagoon CLIN 0004: 20 ea Model 1030-212424 Sauder End Table, Approximate Dimensions:W 24,D 24,H 21 Requirements: End table with four legs 20+ year warranty Field repairable Reversible top THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the "or equal" designation. This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-43 effective 2 Aug 2010) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, 52.232-33 - Payment by EFT - CCR,, FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman, IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to byron.burton@nellis.af.mil no later than 15 Sep 10, 12:00 pm PST. The anticipated award date will be by 16 Sep 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G3CJ0182AG04/listing.html)
 
Place of Performance
Address: Nellis AFB, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02270931-W 20100909/100908063253-21b7c11b3afd633ee6c664768a473e49 (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.