Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
MODIFICATION

73 -- Hot Bar Custom Serving Counter and Refrigerated Salad Bar Serving Counter - Amendment 1

Notice Date
9/26/2011
 
Notice Type
Modification/Amendment
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
F3A3901249A001
 
Archive Date
10/14/2011
 
Point of Contact
Tara Dossiema, Phone: (609) 754-2899, Manuel Revilla, Phone: (609) 754-5146
 
E-Mail Address
tara.dossiema@us.af.mil, manuel.revilla@us.af.mil
(tara.dossiema@us.af.mil, manuel.revilla@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Vendor Amendment Notice Amended Statement of Work - Hot & Cold Serving Counters General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: F3A3901249A001 Posted Date: Sep 22, 2011 Original Response Date: Sep 29, 2011 Closing Response Date: Sep 29, 2011 Original Archive Date: N/A Current Archive Date: N/A Classification Code: 7360 Set Aside: Small Business NAICS Code: 332322 Contracting Office Address: Department of the Air Force, 87 CONS/LGCC - McGuire AFB, 2402 Vandenberg Avenue, McGuire AFB, NJ 08641-1712 Description: COMBINED SYNOPSIS/SOLICITATION - Hot Bar Custom Serving Counter and Refrigerated Salad Bar Customer Serving Counter, (FOB Destination): 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. This solicitation is issued as a request for quotation (RFQ) IAW FAR Part 12 and 13. Submit written quotes on RFQ reference number F3A3901249A001. This solicitation document and incorporated provisions and clauses are those in effect through Fed Acquisition Circular 2005-53 (August 2011). This combined synopsis/solicitation is for: A. Hot Bar Custom Serving Counter containing the following parts: Packed to measure 174" x 30" x 34" High - Caesarstone Top. Top to accommodate drop-in equipment and buy out equipment. Includes (1) Fill Faucet. Counter to include (2) full length, Caesarstone tray slides. Counter to be 3/4" laminated plywood construction covered with a decorative grade laminate. Counter to have laminated millwork flooring and interior shelving as required. Counter to have laminated millwork hinged doors and louvered doors as required. Counter to sit on 6" high stainless steel legs with adjustable feet. Counter to have convenience outlets as required. Counter to be pre-wired to a J-Box with final electrical connection by others. To Include: QTY 1 SNEEZEGUARDS to measure 150" Long- Double-Sided Sneezeguard. Sneezeguard to be constructed of stainless steel tubing with 1/4" safety glass and have standard fluorescent lighting (Heat Lamp Not Included). To include: DROP INS Packed: (1) RCP-7200 Drop-in, Self-Contained, Refrigerated Cold Pan and (5) Hot Food Wells with manifold drains. Drop-ins to be installed in HOT BAR CUSTOM SERVING COUNTER. Materials/ Finish: Stainless steel, Stainless Steel clad counters, Stainless Steel tube, Plywood Panel, Plastic Laminate color TBD, and 3 CM Caesar stone color TBD. Mount on stainless legs with removable toe kick; front and ends to have laminated panels attached to S/S front to make a stainless 1" reveal; top and tray slides to be 3 CM stone; Heat Riser; pre-wired to load center. Components: Load center; 6" adjustable legs LOT; Removable clip-on toe kick LOT; kick plate leg clip LOT; bloom hinge-self closing 28 Qty; bloom hinge plate28 Qty; 1 Fluorescent light. (Please refer to SOW & diagram for further specifications) B. Refrigerated Salad Bar Customer Serving Counter containing the following parts: Packed To measure 178" x 30" x 34" High - Caesarstone Top. Top to accommodate drop-in equipment and buy out equipment. Counter to include (2) full length, Caesarstone tray slides. Counter to be 3/4" laminated plywood construction covered with a decorative grade laminate. Counter to have laminated millwork flooring and interior shelving as required. Counter to have laminated millwork hinged doors and louvered doors as required. Counter to sit on 6" high stainless steel legs with adjustable feet. Counter to have convenience outlets as required. Counter to be pre-wired to a J-Box with final electrical connection by others. To include: QTY 1 SNEEZEGUARD to measure 178" Long - Double-Sided Sneezeguard. Sneezeguard to be constructed of stainless steel tubing with 1/4" safety glass and have standard fluorescent lighting (Heat Lamp Not Included). To include DROP INS Packed: (3) RCP-7400 Drop-in, Self-Contained, Refrigerated Cold Pan. Drop-ins to be installed in REFRIGERATED SALAD BAR CUSTOM SERVING COUNTER. Materials/Finish: Stainless Steel; Stainless Clad counters; 1 ¼" S.O. Stainless Steel tube; 3/4" THK Plywood Panel; Plastic Laminate color TBD, and 3 CM Caesarstone color TBD. Top and tray slides to be 3 Cm stone; Heat Riser; and Caesarstone template for sold pan and pre-wired to load center. Components: Load center; 6" adjustable legs LOT; Removable clip-on toe kick LOT; kick plate leg clip LOT; bloom hinge-self closing 28 Qty; bloom hinge plate 28 Qty; 1 Fluorescent light. (Please refer to SOW & diagram for further specifications) The aforementioned custom units must be fully assembled within the case and be ready for use. Delivery is required no later than 90 days from award Delivery FOB Destination to: AIR FORCE P.O.C. Ms. Adrian Dash Halverson Hall 2903 Tuskegee Airmen Ave McGuire Air Force Base, NJ 08641 FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), and its addenda as it applies to this acquisition. Please see the addenda below. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), does not apply to this acquisition. Evaluation will be conducted IAW FAR 52.212-1 (g). The offeror must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2008). The web site address is https://orca.bpn.gov/ FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2008), applies to this acquisition. FAR 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Oct 2008) (Deviation). The following clauses are also applicable to this acquisition: FAR 52.202-1, Definitions FAR 52.203-7, Anti-Kickback Procedures FAR 52.204-7, Central Contractor Registration FAR 52.219-1, Small Business Program Representations FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation (Apr 2009) FAR 52.223-6, Drug Free Workplace FAR 52.223-18, Contractor Policy to Ban Tex Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer (EFT) - CCR; FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes-Fixed Price FAR 52.246-1, Contractor Inspection Requirements FAR 52.247-34, F.O.B. Destination FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) FAR 52.252-1, Solicitation 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 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7001, Pricing of Contract Modifications; AAFARS 5352.201-9101, OMBUDSMAN AAFARS 5352.223-9001, Health and Safety on Government Installations Quotes are required to be received no later than 11:00 am EST, Thursday, September 29, 2011, and must include the following: Company name; address; phone numbers; TIN; DUNS number; CAGE code; quote on both custom counters and accessories; technical specifications of each item; statement that ORCA has been completed. If there are any questions on the requirements feel free to contact me at (609) 754-2899. Quotes shall be delivered via email to tara.dossiema@us.af.mil Please direct any questions regarding this solicitation to SSgt Tara Dossiema at tara.dossiema@us.af.mil Point of Contact SSgt Tara Dossiema, Contract Specialist, Phone (609) 754-2899, Email tara.dossiema@us.af.mil Manuel Revilla, Contracting Officer, Phone (609) 754-5146, Email manuel.revilla@us.af.mil Place of Performance Address: AIR FORCE P.O.C. Ms. Adrian Dash Halverson Hall 2903 Tuskegee Airmen Ave McGuire Air Force Base, NJ 08641 Country: UNITED STATES Addenda to 52.212-1 Addenda 52.212-1 -- Instructions to Offerors -- Commercial Items. As prescribed in 12.301(b)(1), insert the following provision: Instructions to Offerors -- Commercial Items (Jun 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during pre-award testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations (a) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. (b) When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing, as defined at 2.101. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. (c) If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (See 13.302-4 for procedures on termination or cancellation of purchase orders.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/F3A3901249A001/listing.html)
 
Place of Performance
Address: 2903 Tuskegee Airmen Ave, McGuire Afb, New Jersey, 08641, United States
Zip Code: 08641
 
Record
SN02592486-W 20110928/110926235346-251b95fadd158f229a1aa16142abeb5e (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.