SOLICITATION NOTICE
71 -- Laboratory Furniture
- Notice Date
- 4/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, NC, 27531
- ZIP Code
- 27531
- Solicitation Number
- FA4809-05-Q-0209
- Response Due
- 5/9/2005
- Point of Contact
- Ryan Johnson, Contract Specialist, Phone 919-722-5405, Fax 919-722-5404, - Imelda Reantaso, Contract Specialist, Phone 919-722-5409 ext 250, Fax 919-722-5404,
- E-Mail Address
-
ryan.johnson2@seymourjohnson.af.mil, imelda.reantaso@seymourjohnson.af.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-01. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-05-Q-0209. The NAICS code 339111 applies to this solicitation. The size standard is 500 Employees. The item description is as follows: CLIN 0001: OBD BASE CABINET 18"X35"X22" PRODUCT # 102S2320 or equal: Quantity 1 Each. CLIN 0002: OBD BASE CABINET 36"X35"X22" PRODUCT # 106S6320 or equal: Quantity 1 Each. CLIN 0003: OBD BASE CABINET 48"X35"X22" PRODUCT # 106S8320 or equal: Quantity 3 Each. CLIN 0004: SINK BASE CABINET 48"X35"X22" PRODUCT # 115S8320 or equal: Quantity 1 each. CLIN 0005: GENERAL BASE CABINET 48"X35"X22" PRODUCT # 121S8320 or equal: Quantity 1 Each. CLIN 0006:DWR BASE CABINET 18"X29"X22" PRODUCT # 139S2220 or equal: Quantity 1 Each. CLIN 0007: COMBO BASE CABINET 48"X35"X22" PRODUCT # 148S8320 or equal: Quantity 2 Each. CLIN 0008: BLACK TOP 1.25"X30"X96" PRODUCT # 20L18310 or equal: Quantity 1 Each. CLIN 0009: CUTOUT EP ER SINK.PRODUCT # 20L91910 or equal: Quantity 2 Each. CLIN 0010: HOLE EP RESIN FIXTURE. PRODUCT # 20L91980 or equal: Quantity 2 Each. CLIN 0011: EPOXY RECIN 1" CURB. PRODUCT # 22L07500 or equal: Quanity 5 Each. CLIN 0012:DRW BASE CABINET 42"X35"X22" PRODUCT # 200S7320 or equal: Quantity 1 Each. CLIN 0013: DRW BASE CABINET 48"X35"X22" PRODUCT # 206S8320 or equal: Quantity 2 Each. CLIN 0014: SINK PLUG. PRODUCT # 34L20100 or equal: Quantity 2 Each. CLIN 0015: TABLE FRAME 42"X4"X22" PRODUCT # 502S2210 or equal: Quantity 1 Each. CLIN 0016: FILLER END 1"X31"RH. PRODUCT # 600S2320 or equal: Quantity 1 Each. CLIN 0017: END FILLER 7 3/8"X35" PRODUCT # 611S7320 or equal: Quantity 7 Each. CLIN 0018: FILLER, REAR WALL CASE. PRODUCT # 618S0360 or equal: Quantity 8 Each. CLIN 0019: SLD GLS WALL UNIT 36"X31"X16" PRODUCT # 722S6360 or equal: Quantity 1 Each. CLIN 0020: SLD GLS WALL UNIT 46"X31"X16" PRODUCT # 722S8360 or equal: Quantity 3 Each. CLIN 0021: CORNER DWR UNIT.PRODUCT # 950S6980 or equal: Quantity 1 Each. CLIN 0022: SOLVENT BASE CABINET 48"X35"X22" PRODUCT # 950S7450 or equal: Quantity 1 Each. CLIN 0023: MLDG BLACK RUBBER. PRODUCT # 04L02400 or equal: Quantity 82 Each. CLIN 0024: 1" MOD ER TOP 30" DP W/4" CURB. PRODUCT # 20L446B0 or equal: Quantity 41 Each. CLIN 0025: 1" MOD ER TOP 48" DP. PRODUCT # 20L446M0 or equal: Quantity 5 Each. CLIN 0026: DECK FAUCET DSMCVB H/CW. PRODUCT # 32L406SG or equal: Quantity 1 Each. CLIN 0027: TRAP P 1 1/2" PRODUCT # 34L22400 or equal: Quantity 2 Each. CLIN 0028: EPOXYN SINK 18"X15"X11" LD BULK. PRODUCT # 52LEPL30 or equal: Quantity 2 Each. CLIN 0029: TASK LIGHT 36" MAGNET MOUNT. PRODUCT # 531M332M or equal: Quantity 1 Each. CLIN 0030: CEILING ENCLOSURE 96"X17"X31" PRODUCT # 54L0961731 or equal: Quantity 1 Each. CLIN 0031: CORNER ST ST PRODUCT # 90L04000 or equal: Quantity 11 Each. CLIN 0032: HOT WATER UNIT. PRODUCT # SP-EX480T6T24T or equal: Quantity 1 Each. CLIN 0033: WATER PURIFICATION SYSTEM. PRODUCT # ZLXS6V03Y or equal: Quantity 1 Each. CLIN 0034: INSTALLATION - RECEIVE AND INVENTORY ALL CASEWORK AND COUNTER TOPS WITH PLUMBING CONNECTIONS OF NEW DOUBLE BOWL SINK TO EXISTING PLUMBING ROUGH-INS WITH NO NEW PLUMBING ROUGH IN. Fisher Hamilton Inc. is the manufacturer for these products. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) 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, 8) Late offers - 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. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. 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. FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order – Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.211-6 Brand Name or Equal, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.225-3 Alt I Buy American Act-Free Trade Agreements-Israeli Trade Act, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.247-34 F.O.B. – Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by References (located at http://farsite.hill.af.mil). The following are also applicable to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.246-7000, Material Inspection and Receiving Report. Primary Point of Contact is SSgt Ryan P. Johnson at (919) 722-5405 and Alternate is TSgt Imelda A. Reantaso at (919) 722-5408. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT May 9, 2005 at 4:00 P.M. EST. Facsimile quotes will also be accepted at (919) 722-5404. ALL OFFERORS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Electronic Posting System (EPS) Internet website only. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-APR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-JUN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/ACC/4CONS/FA4809-05-Q-0209/listing.html)
- Place of Performance
- Address: 1280 Humphreys St. Seymour-Johnson AFB, NC
- Zip Code: 27531
- Country: US
- Zip Code: 27531
- Record
- SN00819800-F 20050603/050601214023 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |