Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

41 -- Energy Efficient Ceiling Fans

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
335211 — Electric Housewares and Household Fan Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3811194A003
 
Archive Date
10/12/2011
 
Point of Contact
Zachary S. Bowens, Phone: 7074247737, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
zachary.bowens@us.af.mil, josephine.cobb@us.af.mil
(zachary.bowens@us.af.mil, josephine.cobb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a posting 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. The solicitation number is F3Z3811194A003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, 04 Aug 2011, DPN 20110819, and AFAC 2011-0714. This acquisition is a small business set-aside. The North American Industry Classification System (NAICS) code is 335211. The business size standard is 750 employees. The Federal Supply Class (FSC) is 4140. The Standard Industrial Classification (SIC) is 3634. Requirement Description: Energy Efficient Ceiling Fans CLIN 0001: Energy Efficient Ceiling Fans. Vendor to remove and dispose of old fixtures and install new; 52 inch Energy Star ceiling fan, brushed nickle finish, 5 reversable plywood blades (high gloss rosewood/light maple). Light fixture with frosted glass bowl. Silicon steel motor 172mm x 16mm. Ultimate Lifetime Warranty. Combo Mount. Triple Capacitor Pitch. (2) GU24 Base, Compact Fluorescent Twist, 13 Watt Maximum. Qty: 200 Each Award shall be made in the aggregate, all or none. The following provisions/clauses apply to this solicitation: 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Details: All contractors planning to attend this site visit should confirm attendance via email by 19 Sep 2011. The site visit is Scheduled for Wednesday 21 Sep 2011 at 1330 HRs local. Contractors are to meet in the Visitors Center parking lot adjacent to the Travis AFB Pass and Registration Center by 1310 HRs local to proceed to the site and will begin promptly at 1330 HRs local. No other site visits are scheduled at this time. A base pass is not necessary as transportation will be provided by 60 CONS. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted to ensure fair solicitation to all potential contractors. Contractors are able to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.212-1 Instructions to Offerors -- Commercial Items, 52.212-2 Evaluation -- Commercial Items, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation factors are as follows: (i) technical capability of the items offered to meet the Government requirement listed in the description, and Statement of Work; (ii) price., 52.212-3 Offeror Representations and Certifications -- Commercial Items. (Alt I), 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contracts, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.219-28 Post Award Small Business Program, 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons,. 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.204-7003 Control of Government Personnel Work Products, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023 Transportation of Supplies by Sea (ALT III), 52.212-5 Contract Terms and Conditions (Deviation), 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil, 52.252-6 Authorized Deviation in Clauses Defense Federal Acquisition Regulation 48 CFR Chapter 2, 252.204-7006 Billing Instructions, 252.212-7001 Contract Terms and Conditions (DEVIATION), 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance, 5352.201-9101 OMBUDSMAN, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to zachary.bowens@us.af.mil or fax to 707 424 2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries must be submitted by 22 Sep 2011. All responsible sources may submit a quote, which shall be considered by the agency NO LATER THAN 24 Sep 2011, 12:00 PM, PST quotes are to be provided by fax or email. Point of contact is Zachary S. Bowens, SrA, Contract Specialist, telephone (707) 424 7737, zachary.bowens@us.af.mil. Alternate POC is Ms. Josephine Cobb, Contract Officer, telephone (707) 424 7720, josephine.cobb@us.af.mil. his is a posting 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. The solicitation number is F3Z3811194A003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, 04 Aug 2011, DPN 20110819, and AFAC 2011-0714. This acquisition is a small business set-aside. The North American Industry Classification System (NAICS) code is 335211. The business size standard is 750 employees. The Federal Supply Class (FSC) is 4140. The Standard Industrial Classification (SIC) is 3634. Requirement Description: Energy Efficient Ceiling Fans CLIN 0001: Energy Efficient Ceiling Fans. Vendor to remove and dispose of old fixtures and install new; 52 inch Energy Star ceiling fan, brushed nickle finish, 5 reversable plywood blades (high gloss rosewood/light maple). Light fixture with frosted glass bowl. Silicon steel motor 172mm x 16mm. Ultimate Lifetime Warranty. Combo Mount. Triple Capacitor Pitch. (2) GU24 Base, Compact Fluorescent Twist, 13 Watt Maximum. Qty: 200 Each Award shall be made in the aggregate, all or none. The following provisions/clauses apply to this solicitation: 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.212-1 Instructions to Offerors -- Commercial Items, 52.212-2 Evaluation -- Commercial Items, Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation factors are as follows: (i) technical capability of the items offered to meet the Government requirement listed in the description, and Statement of Work; (ii) price., 52.212-3 Offeror Representations and Certifications -- Commercial Items. (Alt I), 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contracts, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.219-28 Post Award Small Business Program, 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons,. 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.204-7003 Control of Government Personnel Work Products, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023 Transportation of Supplies by Sea (ALT III), 52.212-5 Contract Terms and Conditions (Deviation), 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil, 52.252-6 Authorized Deviation in Clauses Defense Federal Acquisition Regulation 48 CFR Chapter 2, 52.232-18 Availability of Funds- Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer, 252.204-7006 Billing Instructions, 252.212-7001 Contract Terms and Conditions (DEVIATION), 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance, 5352.201-9101 OMBUDSMAN, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [ http://www.ccr.gov ], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov ]. Please send any responses to zachary.bowens@us.af.mil or fax to 707 424 2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries must be submitted by 17 Sep 2011. All responsible sources may submit a quote, which shall be considered by the agency NO LATER THAN 21 Sep 2011, 05:00 PM, PST quotes are to be provided by fax or email. Point of contact is Zachary S. Bowens, SrA, Contract Specialist, telephone (707) 424 7737, zachary.bowens@us.af.mil. Alternate POC is Ms. Josephine Cobb, Contract Officer, telephone (707) 424 7720, josephine.cobb@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3811194A003/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02590507-W 20110925/110923235958-a79f117b82d1a9640a0a5b1dc2a8c27a (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.