Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOLICITATION NOTICE

84 -- Bed Linen, Wall Art, Mirrors for Dormitories

Notice Date
9/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
442299 — All Other Home Furnishings Stores
 
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
FA4809-06-Q-6026
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-05. 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% Small Business Set-Aside. This is a firm-fixed price procurement procured using commercial procedures. Solicitation Number is FA4809-06-Q-6026. The NAICS code 442299 applies to this solicitation. The size standard is $6,500,000. The item descriptions are as follows: CLIN0001 XL Twin Size Linen Set that includes the following: flat sheet, deep pocket fitted sheet, pillow cases, pillows, fitted quilted mattress covers, 21" drop fitted bedspreads, and 100% cotton snag free thermal blankets. Sheets and pillowcases must be 180-thread count deluxe percale linen. Sheets and pillowcases will be white in color and 50% cotton and 50% polyester. Flat sheet measures 66"W X 115"L. Fitted sheet measures 38"W X 84"L X 9"D. Blankets measure 74"W X 96" L. Blanket is hemmed at top and bottom to prevent unraveling and weighs 4.0 pounds. Blanket colors will be blue and raspberry (half of each color). Mattress covers measure 38"W X 80" L X 12"D and must be fitted type and quilt padded. Bedspreads and style/color is Monte Rosso Earth or equal. Breadspread is a mock fitted with a 21" drop, Qty: 432 $_______ per SET. CLIN0002 Full Size Linen set that includes the following: Set includes flat sheet, deep pocket fitted sheet, pillow case, pillow, fitted quilt mattress covers, bedspread, and snag free 100% cotton thermal blanket. Flat sheet, fitted sheet, and pillow case are deluxe percale 180 thread count, 50% cotton 50% polyester. Flat sheets measuring 81"W X 104"L. Fitted sheet 54" W X 84" L X 12"D. Pillow case should fit standard size pillow. Sheets and pillowcase will be white in color. Blanket has hemmed top and bottom to prevent unraveling and is snag free, 100% cotton thermal blanket that measures 74"W X 108"L. Mattress covers measure 54" W X 84"L X 12"D and must be fitted type and quilt padded. Breadspread style/color must be Monte Rosso Earth or equal. Breadspread is a mock fitted with a 21" drop, Qty: 720 $________ per SET. CLIN0003 Freight Charges for line items one (1) and two (2), Qty: 1 $_______EA. CLIN0004 Size 30" X 36" picture of Mount Washington. Must have non-glare glass and acid resistant matte with at least one color coordinated matte. Vendor must secure to dayroom walls using security hardware. Frame must be at least 2" wide and must be black oak. All art work listed in the following line items will have same specifications listed here except will have a different picture and matte will coordinate with prints. All wall art print items must include security hardware, 2' black oak frame, non-glare glass, and acid resistant matte, Qty: 10 $________EA. CLIN0005 Size 30" X 36" picture of Mount Ranier. Same specifications as listed in CLIN0004 , Qty: 10 $_______EA. CLIN0006 Size 30" X 36" picture of Jenne Farm Winter Scene. Same specifications as listed in CLIN0004 , Qty: 10 $_______EA. CLIN0007 Size 30" X 36" picture of Camden Harbor. Same specifications as listed in CLIN0004 , Qty: 10 $________EA. CLIN0008 Size 30" X 36" picture of Merced River. Same specifications as listed in CLIN0004 , Qty: 10 $_______EA. CLIN0009 Size 36" X 40" picture of Niagara Falls. Must be arial view of the Horseshoe Fall. Same specifications as listed in CLIN0004 , Qty: 10 $________EA. CLIN0010 Size 36" X 40" picture of Yosemite Sky. Same specifications as listed in CLIN0004 , Qty: 1 $______EA. Qty: 10 $________EA. CLIN0011 Size 30" X 36" picture of Charles River Fall Scene. Same specifications as listed in CLIN0004 , Qty: 10 $_______EA. CLIN0012 Size 26" X 40" picture of World Trade Center. At bottom of picture has years listed of when trade center opened through 2001. Same specifications as listed in CLIN0004 , Qty: 10 $______EA. CLIN0013 Freight and Installation charge for Art Pictures. Vendor must provide sample for written approval of all wall art with Dormitory Superintendent before vendor purchases wall art, Qty: 1 $_______EA. CLIN0014 Mirrors, Size 36"W X 60"L X 1/4" thick. Mirrors must be approved for use in dormitories to protect residents in event mirror is damaged or broken. Vendor must install mirrors onto dayroom walls using a top and bottom rail installation system. Walls are drywall with concrete blocks about 4" 6" behind drywall. Recommend using toggle zip type bolts that go into concrete block walls to install rail system onto walls, Qty: 49 $_______EA. CLIN0015 Freight and Installation of mirrors, Qty: 1 $________EA. 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) Delivery Date, 7) 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. AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005). FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price, delivery and warranty information. 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, Paragraphs (a), (b) (5)(ii) (14) (15) (16) (17) (18) (19) (20) (24)(ii) (26) (31), (d), and (e) applies to this solicitation . 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 52.222-22 Previous Contracts and Compliance Reports, FAR 52.222-25 Affirmative Action Compliance Reports, 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 2Lt. Michael J. Quinn, (919) 722-5408 or michael.quinn@seymourjohnson.af.mil and Alternate is SSgt. Michael Demers, (919) 722-5405 or michael.demers@seymourjohnson.af.mil. Mailing address for quotes is 1695 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. All quotes shall be received NLT September 25, 2006 at 12:00 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 Federal Business Opportunities (FBO) website only.
 
Place of Performance
Address: 4th Contracting Squadron/LGCBB, 1695 Wright Brothers Avenue, Seymour Johnson AFB, NC
Zip Code: 27531
Country: UNITED STATES
 
Record
SN01149347-W 20060922/060920220502 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.