Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
DOCUMENT

71 -- Systems Furniture and Chairs - Statement of Work

Notice Date
6/27/2008
 
Notice Type
Statement of Work
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-08-T-2004
 
Archive Date
8/5/2008
 
Point of Contact
Sabrina M DeRamus,, Phone: 719-567-6185, Zenja Henry-Owens,, Phone: 719-567-3804
 
E-Mail Address
sabrina.deramus@schriever.af.mil, zenja.henry-owens@schriever.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SYSTEMS FURNITURE and ACCESSORIES. (i) This is a combined synopsis/solicitation for commercial items 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. (ii) Solicitation #FA2550-08-T-2004 is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. (iv) This acquisition is 100% set aside for small business. The associated NAICS 238390. The size standard is $13 Million Dollars. (v) This RFQ has five line items. The government intends to procure; Contract Line Item 0001: Systems Workstation, Executive Option, Hayworth OR EQUAL, Quantity: Two (2), Unit of Measurement: Each, Unit Price: ___________; Total Amount: ___________. Contract Line Item 0002: Systems Workstations, Task Option, Hayworth OR EQUAL, Quantity: Three (3), Unit of Measurement: Each, Unit Price: ___________; Total Amount: ___________. Contract Line Item 0003: Chairs, Task with no options and wheels preferred, Herman Miller OR EQUAL, Quantity: Twenty-Six (26), Unit of Measurement: Each, Unit Price: ___________; Total Amount: ___________. Contract Line Item 0004: Chairs, Task with adjustment options and wheels, Leather backs, Herman Miller or EQUAL, Quantity: Three (3), Unit of Measurement: Each, Unit Price: ___________; Total Amount: ___________. Contract Line Item 0005: Chairs, Executive with adjustment options and wheels, Leather backs, Herman Miller or EQUAL, Quantity: Two (2), Unit of Measurement: Each, Unit Price: ___________; Total Amount: ___________. See attached statement of work. Drawings will be provided during the site visit. Site visit will be conducted on 8 July 2008 at 1:00 pm at Schriever AFB, CO. All parties will meet at the Schriever AFB Visitors Center. Please bring valid identification. (vii) Delivery is required within 60 DAYS from date of award. FOB point is Destination (Schriever AFB, CO). Quoted prices must be delivered (F.O.B. Destination) prices. The following FAR Provisions and Clauses apply to this acquisition: (viii) 52.212-1 Instructions to Offerors-Commercial Items, (ix) Evaluation will be based on; FAR 15.101-2 Lowest Price Technically Acceptable. (a) The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. (b) When using the lowest price technically acceptable process, the following apply: (1) The evaluation factors and significant subfactors that establish the requirements of acceptability shall be set forth in the solicitation. Solicitations shall specify that award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. If the contracting officer documents the file pursuant to 15.304(c)(3)(iv), past performance need not be an evaluation factor in lowest price technically acceptable source selections. If the contracting officer elects to consider past performance as an evaluation factor, it shall be evaluated in accordance with 15.305. However, the comparative assessment in 15.305(a)(2)(i) does not apply. If the contracting officer determines that a small business' past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in subpart 19.6 and 15 U.S.C. 637(b)(7)). (2) Tradeoffs are not permitted. (3) Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. (4) Exchanges may occur (see 15.306). Responding contractors shall include quotations and descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation and the salient characteristics document. The Contracting Officer will evaluate "equal" products on the basis of the evaluation factors listed in this solicitation and the 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. Include manufacturer's name, model number, and specifications in your quote. Unless the quoter clearly indicates in its offer that the product being offered is an "equal" product, the quoter shall provide the brand name product referenced in the solicitation. (x) 52.212-3 Offeror Representations and Certifications-Commercial Items, (xi)52.212-4 Contract Terms and Conditions-Commercial Items, (xii) 52.212-5(DEV) Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, (xiii) 52.204-7 Central Contractor Registration,52.211-6 Brand Name or Equal,52.219-6 Notice of Total Small Business Set Aside,52.222-19 Child Labor- Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities,52.222-26 Equal Opportunity,52.222-50 Combating Trafficking in Persons,52.225-13 Restrictions on Certain Foreign Purchases,52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration,52.233-3 Protest After Award,52.233-4 Applicable Law for Breach of Contract Claim,252.225-7001 Buy American Act and Balance of Payments Program,252.232-7003 Electronic Submission of Payment Requests and Receiving Reports,252.247-7023 Alt III Transportation of Supplies by Sea,52.252-1 Solicitation Provisions Incorporated by Reference,52.252-2 Clauses Incorporated by Reference, 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items,52.203-3 Gratuities,5352.201-9101 OMBUDSMAN. Copies of all provisions and clauses, are available at http://farsite.hill.af.mil/. (1) Contract financing will NOT be provided for this acquisition. Contractor must be registered in CCR prior to award. The Government will make an award from this request for quotation to the responsible quoter whose quote will be most advantageous to the Government. The Government reserves the right to not make an award at all. (2)By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. (3) No special format or form is required for your quote. (xv) ALL QUOTES ARE DUE BY One PM (1:00 PM) MST ON 21 Jul 2008. Please email all proposals to zenja.henry-owens@schriever.af.mil and sabrina.deramus@schriever.af.mil. Offers may also be delivered to the address listed in paragraph xvi. (xvi) Point of contact for this acquisition is MSgt Sabrina DeRamus, 719-567-6185. Quotes can be E-mailed to zenja.henry-owens@schriever.af.mil and sabrina.deramus@schriever.af.mil ; faxed to 719-567-3438, Attn: Zenja Henry-Owens and MSgt Sabrina DeRamus; or mailed to 50th Contracting Squadron/LGCB, Attn: Zenja Henry-Owens and MSgt Sabrina DeRamus, 210 Falcon PKWY, Ste 2116, SAFB CO 80912/2116.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=144da52607e557c6c4f9d840b1f0adb2&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of Work (SOW - MOD15 PM 7 and 8 RFH.doc)
Link: https://www.fbo.gov//utils/view?id=53f6eb873fac742f7ff298ff12362743
Bytes: 45.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Building 400, Schriever Air Force Base, Colorado Springs, Colorado, Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN01603042-W 20080629/080627220800-144da52607e557c6c4f9d840b1f0adb2 (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.