Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2007 FBO #1915
MODIFICATION

71 -- Amendment 1: RFQ for Dining Facility Furniture at P-10150 and P-10550, Fort Drum, NY

Notice Date
2/21/2007
 
Notice Type
Modification
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
ACA, Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-07-T-0021
 
Response Due
2/28/2007
 
Archive Date
4/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment one to Solicitation W911S2-07-T-0021 is: 1. Change item #26 of technical exhibit 1 from 30 column to 42 column. 2. Remove items #29 and #31 from the technical exhibit. 3. Extend the date for quotation submittal listed in #16 of the solicitation from 3:00 PM EST, 23 February 2007 to 3:00 PM EST, 28 February 2007. 4. Extend the date for delivery listed in #6 of the solicitation from on or before 13 April 2007 to on or before 20 April 2007. 5. All other terms and conditions of the solicitation remain unchanged. Description 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constit utes the only solicitation; a written solicitation will not be issued. 2. Reference Number W911S2-07-T-0021 is issued as a request for quotation (RFQ). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federa l Acquisition Circular 2005-15. 4. This is a 100% Small Business Set-Aside. The NAICS code is 337127 and the size standard is 500 employees. 5. This solicitation contains one (1) line item as follows: CLIN 0001: Furnish all d?cor items, materials, equipment, shipping, and installation in accordance with technical exhibit 1, the statement of work (SOW), and drawings. 6. Delivery Date: On or before 20 April 2007. Quote shall be quoted FOB Destination. 7. The provision at FAR 52.212.1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. Product sa mples to be submitted are color ranges, fabrics, and textures available for items listed in the technical exhibit in order to have variable characteristics selected at the time of award and will not be used as an evaluation factor. 8. The provision at F AR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible quoter whose quote is lowest. 9. The Government will review all quotes f or completeness. 10. Quoters must submit a completed copy of the following provisions with their proposals. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. These can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, quote all items requir ed, or reject the terms and conditions of the solicitation, may be excluded from consideration. 11. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov /far/. 12. The following FAR clauses are applicable: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), ap plies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), app lies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.24 7-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Con tractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions Require d to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items and DFAR 252.204-7004, Required Central Contractor Registration. 13. A single site visit will be held on 20 February 2007, at 01:00 PM at building P-10150, Fort Drum, NY. Quoters interested in participating in the site visit shall meet at the entrance of P-10150 promptly at 01:00 PM to be escorted through the work site by Government personnel. Please call Thomas Youngs at 315-772-6514 for further details or to arrange installation access. 14. If interested, e-mail, fax or mail your quote to the POC stated herein. Your quote must include the following: (a) Quote (b) completed Representations and Certifications FAR 52.212-3. 15. The Statement of Work, Techni cal Exhibit 1, and Drawings P-10150 and P-10550 can be downloaded from the following Fort Drum Internet web address: http://www.drum.army.mil/sites/directorates/doc-solicitations.asp 16. Quotations must be received no later than 3:00 pm EST, 28 February 2007. All inquiries and concerns must be addressed IN WRITING and faxed or emailed. 17. The Government prefers that all quotes are e-mailed to the point-of-contact below with Reference Number W911S2-07-T-0021 and contractors name listed in the subject bl ock. Facsimile quotes will be accepted at 315-772-6406. Mailed quotes and product samples shall be mailed to: 45th Street, Fort Drum, NY 13602 (Attn: Mr. Youngs Reference Number W911S2-07-T-0021) 18. The Government Primary point-of-contact is Mr. Youngs, 315-772-6514 (thomas.youngs@us.army.mil). The secondary point-of-contact is Ms. Doran, 315-772-6514, (paula.doran@us.army.mil).
 
Place of Performance
Address: ACA, Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
Country: US
 
Record
SN01235927-W 20070223/070221220818 (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.