Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2005 FBO #1364
SOLICITATION NOTICE

73 -- Two (2) Delfield Brand Custom Made Salad Bars

Notice Date
8/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-05-T-0135
 
Response Due
8/29/2005
 
Archive Date
9/14/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-05-T-0135 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-22. The North American Industrial Classification System (NAICS) number is 333319 and the business size standard is 500 Employees. The proposed contract is 100% set aside for small business concerns. LINE ITEM 0001: BRAND NAME ONLY - The Delfield Model #000-BFJQUF2 Free standing unit, Shelley custom fabrication SCSC-74-B refrigerated cold pan serving counter 36 inches high, having option (s) of 22" top extension, A-96 s/s, v-tray slide 12" wide with 3 ribs, located on customer side, mounted 34" high, A-96 S/S V-Tray slide 12" wide with 3 ribs, located on operator side, mounted 34" high, A-30 S/S, V-Tray slide 12" wide with 3 ribs located on right end, F line-up interlock, laminate finish, 6" adjustable leg, -69 Shelly custom *provide S/S adapter plate for salad bowl and crocks (verify diameter cutout sizes), CPB-2 chiller *installed into counter, SG23 stainless steel toe plates on front, rear and each end, -69 Shelly custom *modify width of counter to 32" wide to accept CPB-2 and modify cold pan width for adapter plates adapter plates, TE10 top extension on-10" custom length unit for overall length of 116", -69 Shelly custom *provide custom size cold pan approx 73"L X 22.75"W X 9"DP, custom 1 1/2" diameter Shellytek display case, custom fabrication 6001000, custom sneeze guard single tier. Shipping containers shall be marked to indicate the purchase order number, quantity, nomenclature and name of contractor. Delivery requirement: The FOB for this RFQ is Destination to ZIP Code 80840. Proposals received with other than FOB Destination pricing may not be considered. The requested delivery date is NLT 28 September 2005. The following Federal Acquisition Regulations (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained therein: FAR 52.212-1, Instructions to Offerors-Commercial Items, no addenda applies: The provisions at 52.212-2-, Evaluation?Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming too the solicitation that will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the item and 2. Price. Technical capability will be evaluated to ensure item meets the government?s end use requirements. Price and technical capability are of equal importance. This will be determined by comparing differences in each offeror?s technical capability and experience with differences in price to the government. In making this comparison, the government is just as concerned with ensuring technical capability as it is with making an award at the lowest overall price to the government. Since technical capability is approximately equal to price, the government reserves the right to select an offer at other than the lowest price. Quotes that are unrealistic in terms of price may be rejected. Price will be evaluated to determine its fairness and reasonableness as it relates to the item offered. The Government intends to evaluate quotes and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The provision is included as an attachment to this solicitation. The following clauses apply to this acquisition. The clause 52.212-4, Contract Terms and Conditions ? Commercial Items with the following addenda applies to this solicitation 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 11, 12, 13, 14, 15, 16, 21, 23, and 24. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (JUL 2002) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.225-7001. The following addenda applies to this acquisition: 252.204-7004(Alt A), Required Central Contractor Registration (Nov 2001) and 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999). Quotes must be received NLT 4:00 PM (Mountain Time Zone), 29 August, 2005 at the following address: Debra C. Fernandez, C/O 10th MSG/LGCB, Contracting Flight/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotes may be faxed to the attention of Debra C. Fernandez, 719-333-8265 or emailed to debra.fernandez@usafa.af.mil
 
Place of Performance
Address: 10 SVS, High Country Inn Facility at the USAF Academy, Colorado
Zip Code: 80840
Country: USA
 
Record
SN00874918-W 20050821/050819212400 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.