SOLICITATION NOTICE
35 -- Refurbish Mattresses
- Notice Date
- 9/19/2007
- Notice Type
- Solicitation Notice
- NAICS
- 337910
— Mattress Manufacturing
- Contracting Office
- ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- W911S8-07-T-0034
- Response Due
- 9/21/2007
- Archive Date
- 11/20/2007
- Point of Contact
- JAMES SUN, 2539663475
- E-Mail Address
-
ACA, Fort Lewis
(james.sun@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation This is a Combined Synopsis/Solicitation for the purchase of commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion. Quotes are being requested and a written solicitation will not be issued. Solicitation number Combined Synopsis/Solicitation W911S8-07-T-0034 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070327. This requirement is TO REFURBISH MATTRESSES with a NAICS Code of 337910 and a corresponding size standard of 500 employees. This requirement is set aside 100% f or small business. The description of the commercial item follows: CLIN 0001, Refurbish Mattresses FFP Refurbish 38 wide 8 thick and 80 long mattress Quantity: 1,125 mattresses Cleanable mattress cover will be sewn on and springs are replaced. Fabricate and sew on waterproof, stain resistant, cleanable cover and replace springs, as required, to existing mattresses provided by the government. Fabricated top must comply with fire specification CA 1633. Mattresses are to be picked up and delivered at Bldg. 9660, Fort Lewis, WA 98433. FOB: Destination Minimum salient characteristics and delivery schedule are as stated above. Pick-up and Delivery will be at the destination, Bldg. 9660, Fort Lewis, WA 98433. FOB point is destination. The selection resulting from this request for quotations will be mad e on the basis of the Lowest priced, Technically Acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instruction s at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Once the Contracting Officer h as decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shal l be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http ://www.lewis.army.mil/doc. IAW AFARS 5101.602-2: Funds are not presently available for this acquisition. No purchase order will be issued until appropriated funds are made available. Click on Request for Quotes, then click on Local Clauses Local clau se-52.111-4131, Commercial Vehicle Access to Fort Lewis Fast Access Gate Program, local clause-52.111-4132, Identification of Contractors Employees Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for pu rposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Cert ifications-Commercial Items, and DFARS 252.212-70 00, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms an d Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222.21, 52.22 2-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7012, 252.225-7021,252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far if quoting an equivalent item, please email the description with spe cifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. Telephonic inquires will be accepted for solicitation clarification only, any direct questions relating to Contract Line Items/Scope of work will need to be emailed to the below point of contact. Quotes are due on September 21, 2007 at 4:30 PM. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to James Sun, james.sun@us.army.mil at 253-966-3475 . Combined Synopsis/Solicitation This is a Combined Synopsis/Solicitation for the purchase of commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion. Quotes are being requested and a written solicitation will not be issued. Solicitation number Combined Synopsis/Solicitation W911S8-07-T-0034 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 and DCN 20070327. This requirement is TO REFURBISH MATTRESSES with a NAICS Code of 337910 and a corresponding size standard of 500 employees. This requirement is set aside 100% f or small business. The description of the commercial item follows: CLIN 0001, Refurbish Mattresses FFP Refurbish 38 wide 8 thick and 80 long mattress Quantity: 1,125 mattresses Cleanable mattress cover will be sewn on and springs are replaced. Fabricate and sew on waterproof, stain resistant, cleanable cover and replace springs, as required, to existing mattresses provided by the government. Fabricated top must comply with fire specification CA 1633. Mattresses are to be picked up and delivered at Bldg. 9660, Fort Lewis, WA 98433. FOB: Destination Minimum salient characteristics and delivery schedule are as stated above. Pick-up and Delivery will be at the destination, Bldg. 9660, Fort Lewis, WA 98433. FOB point is destination. The selection resulting from this request for quotations will be mad e on the basis of the Lowest priced, Technically Acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.le wis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisiti on. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.lewis.army. mil/doc. IAW AFARS 5101.602-2: Funds are not presently available for this acquisition. No purchase order will be issued until appropriated funds are made available. Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Co mmercial Vehicle Access to Fort Lewis Fast Access Gate Program, local clause-52.111-4132, Identification of Contractors Employees Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52. 111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prom pt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commerc ial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR cla use 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222 -3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executi ve Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7012, 252.225-7021,252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. Th e complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far if quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Offic er. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in it s quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. Telephonic inquires will be accepted for solicitation clarification only, any direct questions relating to Contract Line Items/Scope of work will need to be emailed to the below point of contact. Quotes are due on September 21, 2007 at 4:30 PM. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to James Sun, james.sun@us.army.mil at 253-966-3475 . Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis. army.mil/doc- and at Federal Business Opportunities. No numbered notes apply to this combined synopsis/solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ25/W911S8-07-T-0034/listing.html)
- Place of Performance
- Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
- Zip Code: 98433-9500
- Country: US
- Zip Code: 98433-9500
- Record
- SN01412202-F 20070921/070920093229 (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 |