Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOLICITATION NOTICE

72 -- Installation of Blinds

Notice Date
3/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337920 — Blind and Shade 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
LOGAN-F3Z1032055A001
 
Archive Date
4/19/2012
 
Point of Contact
James B. Logan, Phone: 7074247793, Nancy Ekblad, Phone: 707-424-7736
 
E-Mail Address
james.logan.10@us.af.mil, nancy.ekblad@us.af.mil
(james.logan.10@us.af.mil, nancy.ekblad@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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 LOGAN-F3Z1032055A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57 effective 7 March 2012; Defense DPN 20120312 effective 12 March 2012, and AFAC 2012-0104 effective 4 January 2012. This acquisition is unrestricted; The North American Industry Classification System (NAICS) code is 337920 the business size standard is 500 employees. The Federal Supply Class (FSC) is 7230. The Standard Industrial Classification (SIC) is 5023 Delivery Date - 30 days ADC; FOB Destination VENDOR SHALL REMOVE AND DISPOSE OF ALL EXISTING BLINDS. THE SHUTTER MATERIAL SHOULD BE MADE WITH A SOLID HARD WOOD THAT WILL NOT SAG OR FADE OR WITH A COMPOSITE MATERIAL THAT HAS A PLLY PROPALENE COATING. ALL MATERIAL MUST COME WITH A LIFETIME WARRANTY BLINDS MUST BE ENERGY EFFICIENT WITH ABILITY TO KEEP HEAT AND COLD ELEMENTS OUT. REQUESTED COLOR SHALL BE "OFF WHITE/PEARL" FURNITURE IN CUBICALS SHALL NOT BE MOVED ALL INTERESTED PARTIES SHALL PROVIDE A SAMPLE OF PROPOSED PRODUCT. THIS MAY BE BROUGHT TO THE SITE VISIT. CLIN 0001-AA : Install plantation shutters with frame and piece to cover existing frame. There are 26 windows approximately 94 1/2W X 70 1/2L. (26 Each) CLIN 0002-AA: Install plantation shutters with frame and piece to cover existing frame. There are 4 windows approximately 46 1/2W X 70 1/2L. (4 Each) CLIN 0003-AA: Install plantation shutters. There are 5 windows approximately 40 1/2W X 46 1/2L. (5 Each) CLIN 0004-AA: blinds. Install plantation shutters. 1 window approximately 69 1/8W X 45 1/2L. (1 Each) CLIN 0005-AA: Install 2" to 3" fauwood blinds. There are 4 windows approximately 94 1/2W X 70 1/2L. (4 Each) CLIN 0006-AA: Install 2" to 3" fauwood blinds. There are 2 windows approximately 46 1/2W X 70 1/2L. (2 Each) Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: 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 02 April 2012. The site visit is Scheduled for 03 April 2012 at 1000 local time (pacific). Contractors are to meet at the Travis AFB visitors center parking lot by 0929 local time. We will promptly proceed to the site at 0940 HRs local time. No other site visits are scheduled at this time. Transportation will be provided on base from the visitors center by 60 CONS. A base pass may necessary if amount of interested vendors exceeds the van limit. 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 allowed 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. FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 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(i) technical capability of Item to meet the government requirement In accordance with the above CLINs. (ii) Price; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract terms and conditions FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive orders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to james.logan.10@us.af.mil or fax to 707-424-5189. NO LATER THAN 4 April 2012, 12:00 PM, PST and offers NO LATER THAN 5 April 2012, 2:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email james.logan.10@us.af.mil to confirm the quote was received. Point of contact is SrA James Logan, Contract Specialist, telephone 707-424-7793. Alternate POC is MSgt Nancy Ekblad, Contracting Officer, telephone 707-424-7736
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/LOGAN-F3Z1032055A001/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02702856-W 20120324/120322234429-eb3556487738fd7b360b2f691d1a5455 (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.