Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SOLICITATION NOTICE

99 -- COMBINED SYNOPSIS-SOLICITATION NOTICE - SUPPLIES FOR NEW COMMISSARY AT PETERSON AFB CO

Notice Date
6/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HDEC05-07-T-0062
 
Response Due
6/18/2007
 
Archive Date
7/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Notice ? Supplies for New Commissary at Peterson AFB CO Solicitation No.: HDEC05-07-T-0062 Posted Date: 14 June 2007 Response Date: June 18, 2007 POC: Amy Williams Fax: (804) 734-8669 Phone: (804) 734-8408 Delivery Address: PETERSON AIR FORCE BASE COMMISSARY, BUILDING 2019, 1040 E. STEWART AVENUE, COLORADO SPRINGS CO 80914-1610 100 % Small Business Set Aside Program Code: C9E FSC Code: 9330 NAICS Code: 337215 SIC Code: 3089 Size Standard: 500 Employees Description: Supplies for New Commissary at Peterson AFB CO A) This is a combined synopsis and solicitation for commercial items (supplies) 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. B) The solicitation number for this procurement is HDEC05-07-T-0062 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in the FAR, DFARS, and DECAARS at the time of award. D) For information purposes, the Standard Industrial Classification Code is 3089. The North American Industry Classification Systems (NAICS) code is 337215. The size standard is 500 employees. The solicitation is set aside 100% for small businesses. All responsible sources may submit a quote which shall be considered. E) Contract Line Item Numbers (CLINS) ? Provide pricing in the format shown on the spreadsheet available on the http://www.commissaries.com/contract_division_solicitation.cfm Website under Supply Listings ? Solicitation No. HDEC05-07-T-0062. F) DESCRIPTION OF REQUIREMENTS: Contractor shall deliver all items awarded to the Peterson AFB Commissary, Building 2019, 1040 E. Stewart Avenue, Peterson AFB, Colorado Springs CO 80914-1610 not later than June 29, 2007. G) Provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items. Quotes shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, TELEPHONE & FAX NUMBERS, Dun & Bradstreet Number (DUNS); EMAIL (optional) of Offeror; Provision of a unit price and extended amount for every item listed on the spreadsheet. All prices shall be submitted on a FOB Destination basis. The following Federal Acquisition Regulations (FAR) and Defense Supplement to the Federal Acquisition Regulations (DFARS) clauses shown in full text or listed as incorporated by reference are applicable to this solicitation. Quotes will be accepted by Email at amy.williams@deca.mil or by Facsimile at fax #: (804) 734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of Quotes in accordance with FAR clause 52.21-1 (f) ?Late Submissions?. All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. If your firm has not registered yet, you are highly encouraged to do so NOW. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Center at 1 (888) 227-2423. H) EVALUATION/AWARD: 52.212-4501 IAW FAR 52.212-2 Evaluation ? Commercial Items (Jan 1999) 52.212-4501 FAR 52.212-2 EVALUATION ? COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors are of equal importance and shall be used to evaluate quotes: 1. Delivery Date 2. Technical Acceptability 3. Price I. Delivery Date A. Evidence of ability to meet the required Delivery Date of June 29, 2007 will be considered. B. If vendor is unable to meet the aforementioned required Delivery Date, an alternative date may be offered and will be considered. II. Technical Acceptability A. Technical Acceptability will be evaluated based on form, fit and function of the Brand Name or Equal Parts. III. Price A. PRICE ANALYSIS WILL BE CONDUCTED BY THE CONTRACTING OFFICER TO DETERMINE PRICE REASONABLENESS. B. Multiple awards may be made when economically advantageous to the Government. A cost of $500 is assumed for awarding and administering a purchase order and this amount will be used when evaluating whether multiple awards will be made. (b) Options (if included in the Schedule). The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. I) Not applicable. J) QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, QUOTER REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS with Alternate I (Nov 2006) (as applicable) WITH THEIR QUOTE, which may be completed electronically at http://orca.bpn.gov. Quoters that fail to furnish the required representation information or reject the terms and conditions of the solicitation may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies to this solicitation along with the following addendum. The following information is provided: (c) CHANGES Unilateral Modifications. The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data or addition of funds. Bilateral Modifications. Products may be added or deleted from this contract at the option of the Government. Any change in products must be added to the contract prior to delivery and will be accomplished by a bilateral modification. Products added outside the required delivery date or scope of this contract will not be reimbursed by the Government. (i) PAYMENT INFORMATION [(Reference Paragraph (i)] a. The preferred method of payment for award(s) as a result of this Request for Quotation is the Government VISA credit card (GPC). Offeror must indicate if they accept credit cards. b. Payments will be authorized upon receipt of a proper invoice. The contractor must submit the invoice to the paying office shown in block 18a of the SF 1449. If contractor accepts credit card payment and upon receipt of the contractor?s invoice after shipment departure, an authorized government credit card user will provide a Credit Card Payment Authorization Form (by FAX or EMAIL) to the point of contact named above. The contractor is permitted to charge ONLY the amount authorized on the Credit Card Payment Authorization. The contractor is not permitted, under any circumstances, to charge any amount other than the amount authorized on the Credit Card Payment Authorization. No advance or automatic payments are authorized. L) Not applicable. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: DFARS 252.204-7004 (ALT A) Required Central Contractor Registration; 252.247-7023 ALT III Transportation of Supplies by Sea ? ALT III; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.243-7001 Pricing of Contract Modifications; FAR 52.204-7 Central Contractor Registration; FAR 52.212-4 Contract Terms and Conditions; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; 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 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Handicapped Workers (29U.S.C. 793); FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-36 Payment by Third Party. N) Additional Requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APR 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: Michael Shaffer, AMDR 1300 E. Avenue Fort Lee, Virginia 23801-1800 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriation information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at this/these address(es): BOTH FAR AND DFARS - www.farsite.hill.af.mil. THE FOLLOWING SOLICITATION PROVISIONS MUST BE READ IN FULL TEXT AT www.farsite.hill.af.mil: FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Deviation); DFARS 252.212-7001 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). ALL PROVISIONS ENDING WITH THE 4500 SERIES BELOW MUST ALSO BE REVIEWED AT: https://i01hqits0web007.deca.mil/contract_division_solicitation.cfm 52.204-4500 INSTALLATION ACCESS REQUIREMENTS ?DEC 2001? 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. O) Not applicable. P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDR, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 1:00 PM local time ON JUNE 18, 2007. S) The point of contact for this solicitation is Amy Williams, 804-734-8408, Contracting Officer, Michael G. Shaffer, 804-734-8681.
 
Place of Performance
Address: PETERSON AFB CO
Zip Code: 80914-1610
Country: UNITED STATES
 
Record
SN01319424-W 20070616/070614222020 (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.