Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

72 -- Mattress and Box Spring Covers

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8L-1066-0100
 
Archive Date
4/15/2011
 
Point of Contact
Diane N. Johnson, Phone: 8014324094
 
E-Mail Address
diane.n.johnson@us.army.mil
(diane.n.johnson@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation W90M8L-1066-0100 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. This will be issued as a 100% small business set-aside. The North American Industry Classifications System Code (NAICS) is 812331, with a size standard of $13.0M. SPECIFICATIONS: The USPFO for Utah has a requirement to purchase mattress and box spring covers, certified to prevent infestation of small parasitic insects (Include certifications and specifications with bid). Mattress and box spring covers shall be total mattress encasements, guaranteed for a minimum of three years and have a locking zipper to prevent parasite infestation. Size and number of covers are as follows: 1. 1,186 each Twin, without box spring covers 2. 97 each Twin, to include box spring covers 3. 27 each Queen, to include box spring covers 4. 1 each Full, to include box spring covers APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 ALT 1 Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 219-6 Notice of 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 - Cooperation with Authorities and Remedies; 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 52.222-50 Combating Trafficking in Persons; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electric Funds Transfer- Center Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.222-25 Affirmative Action Compliance; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Central Contractor Registration, Alternate A; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act - Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 ALT III Transportation of Supplies by Sea; DFARS 252.232-7010 Levies on Contract Payments. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Only one contract will be awarded. If requested by the contracting officer, offeror shall provide references. The factors used to evaluate offers received are the combination of price and product quality. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Offers shall be received NLT 4:30 P.M. MST on March 31, 2011. Offers may be sent via e-mail to Diane Johnson at diane.johnson@utsalt.ang.af.mil. Questions regarding this solicitation shall be in writing and may be sent via e-mail to the address above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L-1066-0100/listing.html)
 
Place of Performance
Address: USPFO for Utah, 12953 South Minuteman Drive, Draper, Utah, 84020, United States
Zip Code: 84020
 
Record
SN02408188-W 20110326/110324234220-ff7afb870b70ff74281ff2320f6bfbff (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.