Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

71 -- CEPME Auditorium Chairs

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2XHC87129A100
 
Response Due
7/27/2007
 
Archive Date
8/11/2007
 
Description
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 constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request number is F2XHC87129A100 as a Request for Quote (RFQ) using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16 (22 Mar 2007) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20070531. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This acquisition is for the purchase and installation of 325 floor mounted auditorium chairs in accordance with Specifications dated 08 May 07. Perspective vendors must contact Liz Walker at (334) 953-7461 or via email at elizabeth.walker@maxwell.af.mil to obtain a copy of the required Specifications. CLIN 0001- Auditorium chairs-Floor mounted with center and aisle standards, upholstered back and seat, armrests, laminate tablet arms, decorative end panels, with seat lifting to a full 3/4 upright uniform position when not occupied. Seat numbers required. Qty=325. CLIN 0002- Installation of 325 floor mounted auditorium chairs. The vendor must provide the following with his quote: a. Complete set of descriptive literature showing the model of chair proposed including dimensional details; b. A complete set of specifications; c. Seating layout; d. Provide color swatches of Pallas Textiles Crypton Fabric (blues and burgundies); e. Estimated time of delivery. Vendor shall submit open market quotes for all or none of the CLIN?s listed as a brand name. If providing a quote with brand name line items, vendor shall provide full specifications details for comparability. Please submit signed and dated quotes on company letterhead with unit prices, unit total prices and total offer amount. The Government will make an award to the lowest priced, responsible, contractor whose quote conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database at http://www.ccr.gov/ and Wide Area Workflow at https://wawf.eb.mil/. Offerors must also be registered in the Online Representations and Certifications system at http://orca.bpn.gov and provide a completed DFARS 252.225-7000, Buy American Act-Balance of Payment Program Certificate (Jun 2005) with the quote. The North American Industrial Classification System Code is 423830 with a small business size standard of 500 employees. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Sep 2006) and 52.215-5, Facsimile Proposals (Oct 1997) applies to this acquisition. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated into this RFQ and is addended to add the following clauses: FAR 52.204-7 Central Contractor Registration (Jul 2006). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2007). The following additional FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (June 2003); 52.222-6, The Davis-Bacon Act(June 2005); 52.222-19, Child labor (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Apr 2007) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005); and 252.247-7023, Transportation of Supplies by Sea (May 2002). The following DFARS clauses are hereby incorporate into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Jun 2005); DFARS 252.204-7004, Alternate A (Nov 2003). AFFARS 5352.223-9001 Health and Safety on Government Installations applies (Jun 1997). The Defense Priorities and Allocations System rating is C9E. Installation Davis-Bacon Wage Decision: General Decision Number: AL070001 07/06/2007 AL1 Superseded General Decision Number: AL20030001 State: Alabama Construction Type: Building Counties: Autauga, Elmore, Montgomery and Russell Counties in Alabama. BUILDING CONSTRUCTION PROJECTS (does not include single family homes and apartments up to and including 4 stories). Modification Number Publication Date 0 02/09/2007 1 03/30/2007 2 07/06/2007 BOIL0108-001 01/01/2007 AUTAUGA,ELMORE AND MONTGOMERY COUNTIES; Rates Fringes BOILERMAKER......................$ 25.13 13.72 ---------------------------------------------------------------- * BOIL0199-003 01/01/2007 RUSSELL COUNTY: Rates Fringes BOILERMAKER......................$ 25.13 13.96 ---------------------------------------------------------------- ELEC0443-001 12/01/2006 AUTAUGA, ELMORE, AND MONTGOMERY COUNTIES: Rates Fringes Electrician......................$ 23.97 4.50+16.5% ---------------------------------------------------------------- ELEC0779-001 09/01/2000 RUSSELL COUNTY: Rates Fringes Cable splicer....................$ 17.85 4%+4.40 Electrician......................$ 17.60 4%+4.40 ---------------------------------------------------------------- SUAL1999-001 11/03/1999 Rates Fringes Carpenter Includ. Drywall Hanging.....$ 11.18 Cement Mason/Concrete Finisher...$ 10.00 Laborers: Pipelayers..................$ 8.00 Unskilled...................$ 6.69 Painter, Brush...................$ 9.00 Pipefitter.......................$ 9.61 .86 Plumber Including HVAC pipe work....$ 12.47 Power equipment operators: Backhoe.....................$ 9.75 Bulldozer...................$ 12.50 .86 Crane Operator..............$ 11.00 Grader/Gradall Operator.....$ 12.50 .86 Loader/Bobcat...............$ 7.50 Roofer (including Built Up, Composition and Single Ply)......$ 11.50 Sheet Metal Worker Includ. HVAC Duct...........$ 12.76 Truck Driver.....................$ 8.00 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION The due date for offers will be Noon, central time, 27 July 2007. Offers may be mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6218 or faxed to 334-953-3341, ATTN: Liz Walker, or emailed to elizabeth.walker@maxwell.af.mil. Reference Purchase Request number F2XHC87129A100. Please email or fax any questions/comments to Liz Walker at the above fax and email information.
 
Place of Performance
Address: BLDG 1143, Maxwell AFB-Gunter Annex, AL
Zip Code: 36114-3110
Country: UNITED STATES
 
Record
SN01345446-W 20070720/070718221035 (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.