Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
MODIFICATION

72 -- Lodging Assorted Items

Notice Date
12/20/2007
 
Notice Type
Modification
 
NAICS
335211 — Electric Housewares and Household Fan 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
36112-6334
 
Solicitation Number
Reference-Number-F2X3B57344A005
 
Response Due
1/3/2008
 
Archive Date
1/18/2008
 
Point of Contact
Paul Negrido, Contract Specialist, Phone 334-953-5036, Fax 334-953-3527
 
E-Mail Address
paul.negrido@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation reference number is F2X3B57344A005 for ?Lodging Assorted Items? is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-21 (07 Dec 2007), Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20071207 and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2007-0823. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. This acquisition is 100% total set-aside for small business concerns. The North American Industrial Classification Code is 335211 with a small business size standard of 750 employees. This acquisition is for the purchase of the following items: CLIN 0001 ? Deluxe, clear, ?No Smoking Sign?, durable acrylic, has green tint and flame polished edges for the look of real glass. Size: W=4? x H=5? x 1/8?. Quantity = 163 each. CLIN 0002 ? Iron, auto shut off, aluminum alloy nonstick soleplate, plus 15 minute auto shutoff. Quantity = 200 each. CLIN 0003 ? Amenity Display Clamshell, made of sturdy unbreakable styrene plastic. Color = Clear. Quantity = 200 each. CLIN 0004 ? AM/FM Clock Radio, dual wake large green .9? LED readout is easy to read from across the room. Multifunction dual wake includes graduwake ramp-up alarm, nap function and programmable snooze. Quantity = 200 each. CLIN 0005 ? Blanket Storage bag, queen/king, frost clear translucent bags let you easily see contents. Durable binyl with zipper. Quantity = 300 each. CLIN 0006 ? Black granite Base Card Holder, durable, 1/8? thick, acrylic sign holder, clearly and prominently display information. Avonite base has a black gray white granite texture. Quantity = 168 each. CLIN 0007 ? Luggage Cart, bellmans, traveler, easy handling durable luggage carts, has ample 1000 lb capacity. Color = Chrome Base. Quantity = 6 each. CLIN 0008 ? Laundry Cart, w/ double pole rack bases, w/ chrome finish. Quantity = 4 each. CLIN 0009 ? Space Saving Rubbermaid Square Container, 40 gallon container nest snugly, has easy grip handles with drain hole. Molded grip on the makes square brute container, easy to lift. Quantity = 12 each. CLIN 0010 ? Space ? saving Rubbermaid, square container Dolly. Quantity = 12 Each CLIN 0011 - Electrostatic Duster with expandable pole multi-colored synthetic polywool duster. Quantity = 10 each. CLIN 0012 ? Steel Housekeeping Cart, with 2 shelf cart have under deck glass rack, under deck vacuum holder, bumpered ends and donut bumber, include (2) 4 bushel canvas bags. Quantity = 10 each. CLIN 0013 ? Blow-Moded Table, plastic folding table, light weight, waterproof, virtually undestructable tables, have a one piece blow molded plastic top. Color = Gray Granite with black frame. Quantity = 2 each. CLIN 0014 ? Aladdin Smoker Station, free standing, removable top is designed for easy emptying of 4.5 gallon gallon galvanized steel liner. Quantity = 5 each. CLIN 0015 ? Vinyl Sign Holder is an economical alternative to acrylic. The 1.5 (cm) dropped front make it even easier to put in or take out eletronic lock signs. Backing has thin layer of semi-permanent adhesive. Clear Vinyl. Quantity = 166 each. CLIN 0016 ? Tilt Truck, Rubbermaide, Gray, 8? wheel roll easily over thresholds. Quantity = 166 each. CLIN 0017 ? Shower Bath Mat, a subtle design parlay into soft cushioning. Suction cup provide skid restraint. Quantity = 3 each. CLIN 0018 ? Half round design receptacles, features fire saftey steel construction, bottom rim designed to protect floor and protective vinyl trim on all disposal openings, anti-microbial rigid plastic liner. Quantity = 12 each. CLIN 0019 ? Architects receptacles, layered colors and dimensions of contoured solid steel tectural styles, leg leveler raises the receptacles off the ground and provide stability, 38 gallon large capacity models, hinged canopy top for easy emptying. Quantity = 10 each. CLIN 0020 ? Laundry Vending Machines, all steel welded cabinet, unbreakable clear plexiglass with 4 selections. Quantity = 1 each. CLIN 0021- Table Fan, 3-speed oscillations, full 90 degree oscillation or stationary cooling pivot, 6 positions, ABS plastic w/ snap together grills. CLIN 0022 ? Grill, waist high post mount, stand 34? high, permanently mounted to a 2 3/8? pipe base, 20 wide grills mounted on 3.5 pipe. Quantity = 6 each. CLIN 0023 ? Iron organizer, Rubbermaid Keeper, stores iron equipment, neatly holds iron and ironin board, burn resistant, keeps walls and doors from getting singed. Mounting hardware included. Quantity = 170 each. Equal items are acceptable as long as it meets the specifications, and the vendor shall provide full specification details for comparability. Vendor must provide an estimated time of delivery. Please submit signed and dated quotes on company letterhead with unit prices, unit total prices and total offer amount. Basis for award: The Government will make an award to the lowest price offer, from a contractor who takes no exceptions to the specifications. Interested vendors shall submit open market quotes for all or none of the CLINs listed. Partial quotes will not be accepted. Only one award will be made as a result of this combined synopsis/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. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference IAW FAR 52.252.2, Clauses Incorporated by Reference, and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Nov 2007) applies to this acquisition. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated into this RFQ with an addendum 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 (Nov 2007). The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child labor (Aug 2007); 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. The clause 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005) is applicable. The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.225-7014, Alternate I (Apr 2003); DFARS 252.204-7004, Alternate A, Central Contractor Registration (Sep 2007). The AFFARS clause 5352.201-9101, Ombudsman (Aug 2005), is applicable. The Defense Priorities and Allocations System rating is C9E. A due date for offers will be Noon, central time, 3 January 2008. Offers may be emailed to paul.negrido@maxwell.af.mil, or faxed to 334-953-3527, ATTN: SrA Paul F. Negrido, or mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Reference the solicitation number. Please contact SrA Paul F. Negrido for any questions or comments. Phone: 334-953-5036. Alternate point of contact: SSgt. Edwin Baldomero, Email: edwin.baldomero@maxwell.af.mil, Phone: 334-953-5005. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-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/USAF/AETC/MaxAFBCS/Reference-Number-F2X3B57344A005/listing.html)
 
Place of Performance
Address: Maxwell AFB, AL
Zip Code: 36112
Country: UNITED STATES
 
Record
SN01474759-F 20071222/071220233424 (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.