Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

99 -- Air Traffic Control Tower Window Shades

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337920 — Blind and Shade Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3PT741166AG01
 
Archive Date
9/16/2011
 
Point of Contact
Evan P. Parraghi, Phone: 2106528599, Vivian Fisher, Phone: 210 652-5171
 
E-Mail Address
evan.parraghi@us.af.mil, vivian.fisher@us.af.mil
(evan.parraghi@us.af.mil, vivian.fisher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 902d Contracting Squadron at Randolph AFB, Texas has a requirement for 58 Air Traffic Control TowerWindow Shades in accordance with the specifications listed in the Description of Supplies. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 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. 2. This solicitation is issued as F3PT741166AG01. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. 4. The associated North American Industry Classification System Code (NAICS) is 337920; size standard 500 employees/dollars. 5. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 6. Description of Supplies: CLIN 0001, FAA-Approved Air Traffic Control Tower Window Shades, Single Shade, plus installation. Qty-12 Location: Randolph AFB Texas. CLIN 0002, FAA-Approved Air Traffic Control Tower Window Shades, Single, plus installation. Qty-23 Location: Seguin Texas CLIN 0003, FAA-Approved Air Traffic Control Tower Window Shades, Single, plus installation. Qty-23 Location: Seguin Texas Note: if this item is available through the General Services Administration (GSA) program, please provide the GSA contract number and expiration date. 7. Desired Delivery is: Three (3) Weeks ARO Indicate proposed delivery in quote and FOB in your quote. Delivery address is: Randolph AFB / Seguin Airfield Tx. 8. In accordance with 52.212-2, Evaluation -- Commercial Items, the Firm-Fixed-Price award will be based on price, compliance with the description of supplies, and past performance. For past performance evaluation submit at least three relevant references from previous work to include telephone numbers and names. To be relevant, prior work must have included both product and installation. Based on the results of the evaluations, the government reserves the right to award to other than the low offeror. 9. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 10. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman. 11. Payment information: Invoices for supplies/services rendered are submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Offerors shall self-register at the web site https://wawf.eb.mil. Training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. 12. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will be most advantageous to the Government. Offers shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. 13. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. 14. All responsible sources may submit a quote. Written quotes must be received no later than 01 Sep 2011, 2:00 p.m. Central Standard Time and reference the solicitation listed above. Late quotes/offers will not be considered. 15. Points of Contact: Evan Parraghi, Contracting Specialist, Phone 210-652-5171, Fax 210-652-5135, Email:evan.parraghi@us.af.mil. Contracting Officer: Vivian Fisher, vivian.fisher@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PT741166AG01/listing.html)
 
Place of Performance
Address: Randolph AFB, San Antonio, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02554421-W 20110831/110830000329-d77a091210bf5e7452931c778ef50d9f (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.