Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2007 FBO #2116
SOLICITATION NOTICE

71 -- Office Chairs, Heavy Duty for 24/7 Usage

Notice Date
9/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3RTF07249A001
 
Response Due
9/13/2007
 
Archive Date
9/28/2007
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: This is a combined synopsis/solicitation for a commercial item 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. This solicitation number is F3RTF07249A001 and is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect in the most current version of the Federal Acquisition Regulation and applicable supplements as of the date of this notice. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 423210, Furniture Merchant Wholesalers with a size standard of 100 employees. A firm fixed price contract will be established for this requirement. Quotes are required to be submitted no later than 4pm Mountain Standard Time, September 13, 2007 and must include the following: Company name, address, phone numbers, DUNS number, CAGE code, itemized quote, statement that ORCA has been completed, and socioeconomic status. Quotes shall be delivered via email to james.uram@schriever.af.mil or faxed to 719-567-3438. Please direct any questions regarding this solicitation to James Uram at 719-567-3804 or at the e-mail listed previously. THE FOLLOWING COMMERCIAL ITEMS ARE REQUESTED IN THIS SOLICITATION: 0001 Office Chair ? Recaro Commander Part No: RC-D3H.60.002.LL11-K; OR EQUAL Quantity ? 2 - High support backrests w/adjustable backrest bolsters, adjustable lumbar support and adjustable backrest recline angle - Seat cushion w/ seat cushion extension of at least 2 inches - Seat height to include heights of 18.5? to 21.5? with adjustable knee tilt positions - Durable high quality seat coverings with breathable perforated center panels - Adjustable Armrests - Made specifically for 24 hour use fitting individuals 5?8? to 6?4? tall and accommodating weights up to 300 lbs. - Mechanical components warranted for 5 years of 24 hour use - Cushion and trim warranty for 3 years of 24 hour use 0002 Office Chair ? Recaro Ex II RC-LXE.02.002.LL11-K; OR EQUAL Quantity ? 4 - High support backrest w/ adjustable lumbar support and adjustable backrest recline angle - Seat height to include heights of 18? to 21? with adjustable knee tilt positions - Durable high quality seat coverings with breathable perforated center panels - Adjustable Armrests - Made specifically for 24 hour use fitting individuals 5?8? to 6?4? tall and accommodating weights up to 300 lbs. - Mechanical components warranted for 5 years of 24 hour use - Cushion and trim warranty for 3 years of 24 hour use 0003 Conference Chairs ? Ironhorse 1000S IH-1000.022.SL-DG-K; OR EQUAL Quantity ? 6 - High support backrests w/orthopedic quality body contoured cushions, adjustable lumbar supports, adjustable backrest recline angle - Seat cushion dimensions w/heavy duty knee tilt mechanism with tensioner and lockout - Seat height to include heights of 18? to 21? with adjustable knee tilt positions - Durable high quality seat coverings with breathable perforated center panels - Adjustable Armrests - Made specifically for 24 hour use fitting individuals 5?6? to 6?3? tall and weighing up to 325 lbs - Mechanical components warranted for 5 years of 24 hour use - Cushion and trim warranty for 3 years of 24 hour use In accordance with FAR 52.211-6 - Brand-Name-Or-Equal, to be considered for award, any product represented as "equal," must clearly identify the item by brand name, if any, and make or model number. Additionally, offeror must include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer and clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. Funds are not presently available for this purchase order. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. DELIVERY FOB DESTINATION SCHRIEVER AFB, CO 80912 DELIVERY DATE 45 days After Award of Purchase Order PROVISIONS & CLAUSES The following provisions & clauses are applicable to this acquisition: FAR 52.204-7 Central Contractor Registration FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2004) applies to this acquisition. FAR 52.212-2 Evaluation Commercial Items (Jan 1999) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on: Technical acceptability, lowest price. Technical acceptability will be determined by the ability to provide the equipment/system with the salient characteristics indicated in the itemized listing above. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (November 2006) The offeror must have completed Online Representations and Certifications Application (ORCA). The website address is https://orca.bpn.gov 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 (Aug 2007) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (AUG 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.219-6 Notice of Total Small Business Set-Aside 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 Workers with Disabilities FAR 52.225-13 Restrictions on Certain Foreign Pruchases FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration FAR 52.233-4 Applicable Law for Breach of Contract Claim 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://www.acqnet.gov/far/ FAR 52.252-2 Clauses Incorporate 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://www.acqnet.gov/far/ AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman - Dianne S. Holmes Headquarters Air Force Space Command A7K 150 Vandenberg Street / Suite 1105 Peterson AFB CO, 80914-4230 Phone #: (719) 554-5324 Fax #: (719) 554-5299 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Place of Performance
Address: 210 Falcon Pkwy, Schriever AFB, CO
Zip Code: 80912-5006
Country: UNITED STATES
 
Record
SN01401007-W 20070912/070910221022 (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.