Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2009 FBO #2783
SOLICITATION NOTICE

71 -- EOD Storage Lockers

Notice Date
7/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3CD9161A001
 
Archive Date
7/29/2009
 
Point of Contact
Heather M. Rippy, Phone: 2088283108, Todd R Novinger, Phone: 208-828-6477
 
E-Mail Address
heather.rippy@mountainhome.af.mil, todd.novinger@mountainhome.af.mil
(heather.rippy@mountainhome.af.mil, todd.novinger@mountainhome.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) F3F3CD9161A001 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34 and through Department of Defense Acquisition Regulation Change Notice 20090115. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423440; Small Business Size Standard: 500 (v) CLIN (0001): 25 ea lockers: The lockers required are all welded construction and come as three separate pieces which will be bolted into a single locker. The bottom, left component is a cabinet measuring 30"W x 27 ¾"D x 59"H. It has a solid 37" swing door with a handle which is hinged on the left hand side of the cabinet. There is also a keyed locking mechanism for the door. Inside there is a bar (at least 100 pound capacity, non rust) across the top for hanging clothes hangers on. The bottom has a pan on the inside 30"W x 27 ¾"D, ½" H, non-rust metal as a floor. The bottom, right component is a cabinet measuring 30"W x 27 ¾"D x 59"H. It has two security drawers with handles at the bottom; each has 9-3/8" usable height and come with individual locks and security top feature. Also, there must be three movable shelves above the drawers. The shelves can be secured with a solid 37" swing door which has a handle and is hinged on the right side. The door and the drawers are all locked with a single key mechanism built into the cabinet. Shelves should have a 400lb capacity rating. Drawers must have an inside dimension not less than 25-1/8" x 25-1/8" on ball bearing carriages which are guaranteed for life. The top component is a cabinet measuring 60"W x 27 ¾"D x 35"H. It has a full length, 800lb capacity, bottom pan 30"W x 27 ¾"D x ½"H non-rust metal covering as a floor, a movable full length shelf with a minimum 800lb capacity rating, two Expanded Metal Diamond Perforated doors for ventilation which open to either side, and a single keyed locking mechanism to secure the doors. Keys for all three components must be keyed alike for ease of use. When delivered, there must be three main components which are already assembled prior to delivery. These components must be capable of being bolted together to create a single locker unit and have a forklift base. The gaps between the upper and lower components, as well as the lower components and the floor, must have a cover for aesthetics. Also, hardware to bolt components together must be included as well. Color should be tan for all components. (vii) FOB-Destination for delivery to: Mountain Home AFB, ID. Delivery NLT 30 ADC. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (ix) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. (x) The following provisions and clauses apply to this acquisition; FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business 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 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees;; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim;; FAR 52.247-34; F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, and AFFARS 5352.201-9101 Ombudsmen (see below POC) **Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** Offerors must include a completed copy of the provision at: DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items. (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiiii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications has not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xvi) Numbered Notes 1. The purposed contract is 100% set-aside for small business concerns. (xvii) Quotes must be emailed to (heather.rippy@mountainhome.af.mil), or faxed to (208-828-2658) Quotes are required to be received no later than 13:00 MST, 14 July 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3CD9161A001/listing.html)
 
Place of Performance
Address: 366 CONS/LGCB, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN01868557-W 20090710/090708235957-903583cc1f041fa8f705e28621a149c2 (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.