Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
MODIFICATION

72 -- Mattress/Boxspring - Changes made to solicitation # F2R3C71139A001.

Notice Date
6/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
337910 — Mattress Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F2R3C71139A001
 
Archive Date
7/22/2011
 
Point of Contact
Kenneth E Montgomery, Phone: 18302985993, Joseph P. Bacon, Phone: 8302985753
 
E-Mail Address
kenneth.montgomery@laughlin.af.mil, joseph.bacon@laughlin.af.mil
(kenneth.montgomery@laughlin.af.mil, joseph.bacon@laughlin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Here are the Questions & Answers and changes made to solicitation # F2R3C71139A001. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (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. Combined synopsis/solicitation number F2R3C71139A001 is hereby issued as a Request for Quotes (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 337910 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. Item 0001: Full Size XL, Firm Mattress, minimum size 53" W x 80"L x 9"H, maximum size 54"W x 80"L x 10"H. The coil count needs to be at a minimum count of 392 coils, firm type mattress and meet all industry standards pertaining to fabric/cushioning along with fire barrier safety protection. Ticking must be Quilted/ Damask cloth. Qty: 400 EA. Item 0002: Full Size XL, Box Spring, minimum size 53"W x 80"L x 9"H, maximum size 54"W x 80"L x 9"H. Qty:400 EA. The box spring must match the mattress in color, length and width. Item 0003: Total Encasement Protector for mattress. The protectors need to fit the mattress. The protectors need to have bed bug and waterproof barrier. Must be machine washable in hot water and can be dried on high heat, white or beige in color. Qty: 400 EA. Item 0004: Total Encasement Protector for box spring. The protectors need to fit the box spring size and have bed bug barrier. Must be machine washable in cold water, white or beige in color. Qty: 400 EA. Item 0005: Freight: Delivery FOB Destination to Laughlin AFB, TX 78843. Mattresses and Box springs are to be shipped in sets of 40, (40 mattress and 40 box springs) in one week intervals for a total of 10 deliveries. Shipping requirement based on space availability of warehouse. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (and any addendum to the provision as listed in this notice.); 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-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by electronic Funds Transfer; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34, F.O.B. Destination; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFRAS 252.204-7004, Alternate A, Central Contractor Registration; DFARS 225.225-7035, Buy American Act, Free Trade Agreements, Balance of Payments Program Certificate; DFARS 252.225-7036, Buy American Act-Free Trade Agreements--Balance of Payments Program; DFARS 252.247-7023, Transportation of Supplies by Sea. DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. The following clauses will be incorporated into resultant contract in full text and amended as follows: FAR 52.212-2, Evaluation - Commercial Items (The Government will award a contract resulting from this solicitation to the responsible offeror based on the lowest price technically acceptable); FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (Offeror must complete the representations and certifications and submit with offer. 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); FAR 52.212-5 (Dev), Statutes or Executive Orders - Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) is amended to include Internet address: ( http://farsite.hill.af.mil); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) is amended to include Internet address: (http://farsite.hill.af.mil); FAR 52.252-3, Alterations in Solicitation; FAR 52.252-4, Alterations in Contract; FAR 52.252-5, Authorized Deviations in Provisions is amended in paragraph (a) to add "Department of Defense Federal Acquisition Regulation" Chapter 2 (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" Chapter 2 (Apr 1984); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dev); DFARS 252.232-7003, Electronic Submission of Payment Requests; AFFARS 5352.201-9101, Ombudsman (Jun 2011) Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AETC/A7K, 2035 First Street West, Ste 1, Randolph AFB TX 78150-4304, commercial 210-652-7907, FAX 210-652-8344, e-mail address david.jones9@randolph.af.mil. This purchase will incorporate 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. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3 Alt I, Offer Representation and Certification and FAR 52.219-28, Post-Award SB Program Representative with offer. No telephonic responses will be processed. All responses must be received no later than 4:00 P.M., Central Standard Time on 7 Jul 11. Please send all questions and quotes via email to Kenneth Montgomery at kenneth.montgomery@laughlin.af.mil. You may also call at (830) 298-5993, or send a fax to (830) 298-4878. The alternate POC is James Harper, and can be reached at (830) 298-5270, or by e-mail at james.harper@laughlin.af.mil. Contracting Office Address: 171 Alabama Ave. Laughlin AFB, TX 78843 Please provide the following information along with a description of item(s) you are quoting in order to verify the item will meet our needs. All information is necessary in order to properly evaluate your quote. 1. Unit Price for each line item. 2. Unit price valid until 31 Aug 11. 3. Any discount terms that you offer. 4. Delivery time after order is placed. 5. Location (city, state, country) the item was manufactured. 6. Method of shipment (FOB Destination or Origin) Governments preferred method of shipping is FOB Destination. 7. Tax identification number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/F2R3C71139A001/listing.html)
 
Place of Performance
Address: Building 77, Laughlin AFB, Texas, 78843, United States
Zip Code: 78843
 
Record
SN02485903-W 20110701/110629235232-9adc204dcb7d3541520f475e63995705 (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.