Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

71 -- Systems Workbenches

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FM524012700005
 
Archive Date
5/11/2012
 
Point of Contact
Joel A. Sire, Phone: 671-366-2358, James B. Rapier, Phone: 671-366-4940
 
E-Mail Address
joel.sire@us.af.mil, james.rapier.1@us.af.mil
(joel.sire@us.af.mil, james.rapier.1@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 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 FM524012700005 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 337127 and the small business size standard is 500 EMP. The following commercial items are requested: CLIN 0001 - Quantity - 1 each - Office Furniture Workbench. Lista Arlink "Or Equal" Minimally, each workstation must meet the following requirements. - Consist of two 6ft joined benches, one set up for administrative work and the other as an IT workbench. - Work surfaces must be adjustable in height. - The administrative end must have two, lockable overhead storage compartments. - The administrative end must have 6 drawers approximately 7in height (three on each side). - The administrative end must have tack board. - The administrative end must have task lighting. - The administrative end must have foot rest. - The administrative end must have tabletop power system consisting of minimum of 8 receptacles. - The administrative end must have an adjustable shelf (12in deep) below the work surface. - The workbench end must have adjustable shelf (18in deep) above the work surface. - The workbench end must have adjustable shelf (12in deep) below the work surface. - The workbench end must have six drawers approximately 7in height (three on each side). - The workbench end must have tabletop power system consisting of minimum of 8 receptacles. - The workbench end must have two bar-mounted, adjustable height power systems consisting of minimum of 8 receptacles each bar. - The workbench end must have overhead task lighting running the entire length of the work surface. CLIN 0002 - Quantity - 1 Each - Installation - All items must be installed at delivery location. All Items must be delivered to customer NLT 45 days ADC. ***ALL SHIPPING COST MUST BE INCLUDED WITH FINAL QUOTE. SEE ADDRESS BELOW. *** Ship directly to Guam The shipping address is as follows: 36MDG/SGSL Attn: SSgt Bryant Unit 14010/Bldg 26001 Andersen AFB Yigo, GU 96929 The following provisions and clauses apply to this acquisition: FAR 52.211-6 -- Brand Name or Equal, FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered at the government's ORCA online reps and certs website: https://orca.bpn.gov/ FAR 52.212-4 -- Contract Terms and Conditions-Commercial Items, FAR 52.212-5 -- Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition, FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.219-6 -- Notice of Total Small Business Set-Aside, FAR 52.219-28 -- Post Award Small Business Program Rerepresentation, FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 -- Prohibition of Segregated Facilities, FAR 52.222-26 -- Equal Opportunity, FAR 52.222-36 -- Affirmative Action for Handicapped Workers, FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels, Alternate I (Apr 2003) of FAR 52.247-64, DFARS 252.204-7004 -- Required Central Contractor Registration, DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials, DFARS 252.232-7003 -- Electronic Submission of Payment Requests and receiving reports, DFARS 252.247-7023 -- Transportation of Supplies by Sea Alt III. Submit the price quote information via email to A1C Joel Sire at joel.sire@us.af.mil and to A1C James Rapier at email: james.rapier.1@us.af.mil. Responses to this RFQ must be received via e-mail not later than 7 PM Eastern Standard time on Thursday 26 April 2012. Oral Quotes will not be accepted. Collect calls will not be accepted. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov to be considered for award. All proposals must be directly submitted by the firm registered in CCR that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a CCR registered company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FM524012700005/listing.html)
 
Place of Performance
Address: Andersen AFB, Andersen AFB, Guam, 96929, United States
Zip Code: 96929
 
Record
SN02723535-W 20120419/120417234557-833a03f35b028e5f0e87365060a3277d (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.