Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2007 FBO #2069
MODIFICATION

71 -- Free Standing Office Furniture

Notice Date
7/25/2007
 
Notice Type
Modification
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8601-07-T-0055
 
Response Due
8/3/2007
 
Archive Date
8/17/2007
 
Small Business Set-Aside
N/A
 
Description
UPDATE: 25 JULY 2007 TO SEE THE FOLLOWING ATTACHMENTS PLEASE GO TO THE PIXS WEBSITE: http://www.pixs.wpafb.af.mil/ ATTACHMENTS: 1)BID SCHEDULE (2) DRAWINGS DESCRIPTION: AFIT/ENG: FREE STANDING OFFICE FURNITURE ? PURCHASE, DELIVERY AND INSTALLATION OF FURNITURE. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. There will be no hard copies distributed. A site visit is not deemed to be necessary. The contractor shall provide purchasing action and complete operational installation of free standing office furniture and accessories for AFIT/ENG, Bldg 640, WRIGHT-PATTERSON AFB, OH 45433 IAW the attached list of items. This solicitation, FA8601-07-T-0055 is issued as a Request for Quote (RFQ) and is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2005-18, Effective 30 Jun 2007 & Class Deviation 2005-o0001. The USAF anticipates awarding an Open Market purchase order as a result of the RFQ, but reserves the right to make no award at all if determined to be in the Government?s best interest. However, if a vendor elects to provide GSA pricing, their quote must explicitly state so and must provide the applicable GSA Schedule number and must also state exactly how any resultant award should be addressed. It should also be noted that for open market awards, no letters will be issued to authorize non-GSA schedule holders to purchase directly from GSA on the Government?s behalf for this acquisition. North American Industry Classification System (NAICS) code is 337214 and the size standard is 500 employees. These instructions prescribe the format of quotes and describe the approach for the development and presentation of quote data. They are designed to ensure the submission of information essential to the understanding and comprehensive validation of quotes. The instructions permit the inclusion of any additional data or information a contractor deems pertinent. Contractors are cautioned to follow the detailed instructions fully and carefully, as the Government intends to make an award based on initial quotes received, without discussions with such offerors. Award will be made on an ?All- Or- None? basis. Completed Request for Quote ? Quotes shall be submitted no later than 1500 hours Eastern Daylight Savings Time on August 3, 2007 to 88 CONS/PKBA, Attention: Barbara P. Jemmott, Contract Specialist, Area C, Building 1, Room 109, 1940 Allbrook Drive, Suite, 3, Wright-Patterson Air Force Base (WPAFB), OH 45433-5309. This requirement is being issued as a ?ALL-OR-NONE? IAW SUBPART 13.101 (b) (1). Fabric/color samples, finish and laminates are required with the submission of all quotes. The following provisions and clauses apply to this acquisition and are hereby incorporated by reference: FAR 52.212-1 -- Instruction of Offerors ? Commercial Items (Sept 2006), FAR 52.212-2 -- Evaluation Commercial Items (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Technical and Price. Per FAR 13.106-1(a) (2), the second fill in for FAR 52.212-2 is not required. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2007) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2007), DFARS 252.204-7003 --Control of Government Personnel Work Product (Apr 1992), DFARS 252-212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Apr 2007) acquisition and are hereby incorporated in full text: FAR 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 appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/farsite.html (End of Provision) FAR 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): http://farsite.hill.af.mil/farsite.html (End of Clause) DFARS 252.211-7003 ? Item Identification and Valuation (June 2005). (Will apply to all delivered items for which the Government?s unit acquisition cost is $5,000 or more.) DFARS 252.212-7000 -- Offeror Representations and Certifications--Commercial Items (JUN 2005). A full text copy is attached and must be completed and returned with your quote. AFFARS 5352.201-9101 -- Ombudsman (Aug 2005), is applicable to this acquisition. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Address issues, concerns, and questions regarding this acquisition to the contracting officer. You may refer them to the Ombudsman if, after discussing them with the Contracting Officer, you feel that you are not effectively communicating with the government. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The ASC Ombudsman is Ms. Debra Haley, ASC/AE, 1755 Eleventh St, Bldg. 570, R113, Wright-Patterson AFB, OH 45433-7404 (Phone: 937-255-5315; FAX 937-656-7540; E-Mail debra.haley@wpafb.af.mil). AFFARS 5352.242-9000 -- Contractor Access to Air Force installations (Jun 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver?s license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA0 is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. By submission of a quote, the contractor acknowledges the requirement that a prospective awardees and the manufacturers must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. Telephone 888-2423 or 269-961-4725 or website: http://www.bpn.gov/CCR/Scripts/index.html. The Contracting Officer may be contacted by email at stuart.shuler@wpafb.af.mil. For routine matters on individual solicitations, please contact Barbara P. Jemmott @ (937)937-522-4620 or email address barbara.jemmott@wpafb.af.mil. All offers are due at 1500 hours Eastern Daylight Savings Time on 3 August 2007. Due to the requirement of submission of fabric/color samples, finish and laminate with quotes, the preferred method of receiving quotes is mail to Barbara P. Jemmott at 88 CONS/PKBA, 1940 Allbrook Dr, Ste 3, Building 1, Room 109, Wright-Patterson AFB, OH 45433-5309. The Bid Schedule and drawings can be found at http://www.pixs.wpafb.af.mil/ . For more information on "Free Standing Office Furniture", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5323
 
Web Link
Free Standing Office Furniture
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5323)
 
Record
SN01351932-W 20070727/070725221341 (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.