Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2009 FBO #2849
SOLICITATION NOTICE

56 -- Office Remodel Supplies

Notice Date
9/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423310 — Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
 
Contracting Office
141 ARW/LGC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6T3CE9245A001
 
Response Due
9/15/2009
 
Archive Date
11/14/2009
 
Point of Contact
Matthew Richard, 509-247-7223
 
E-Mail Address
141 ARW/LGC
(matthew.richard@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies 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; proposals are being requested and a written solicitation will not be issued. Reference number F6T3CE9245A001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-25. This solicitation is set aside for small business; the associated NAICS code is 423310 and small business size standard is 100 employees. This requirement is for the purchase of: 0001-AA Construction Supplies for remodel. See attached spreadsheet. Material ITEMUMQty Structural 2 inch x 4 inch x 10 foot No. 1 wood studEA60 3 inch x 4 inch x 16 foot No. 1 wood studEA14 4 inch x 4 inch x 20 foot No. 1 wood studEA12 USG Sheetrock, 1/2 inch 4 foot x 8 footEA40 Sheetrock screw, 6 x 1 5/8 inch, 50 Lbs boxEA1 All Purpose Lite MudEA12 Joint compound, USG model no. 380501, 5 galEA25 Sheetrock joint tape, USG paper joint tape, 250 footEA5 Beadex, 10 foot paper-faced metal inside corner reinforcementEA10 Suspended ceiling grid, Main beam, Armstrong, model number 7300 white, 144 inch x 15/16 inch x 1 11/16 inchEA17 Suspended ceiling grid, 4 foot cross Tee, Armstrong, model number 7342 white, 48 inch x 15/16 inch x 1 11/16 inchEA43 Suspended ceiling grid, Molding, Armstrong, model number 7300 white, 144 inch x 15/16 inch x 1 11/16 inchEA18 Acoustical Ceiling Tile, Armstrong, number 2767D Cortega, 2x4 footEA76 Sherwin Williams Pro Mar 200 Series Latex, No. 6149 Relaxed Khaki, Semi Gloss, 5 galEA1 Sherwin Williams Pro Mar 200 Series Latex, No. 6148 Wool Skien, Flat, 5 galEA6 Liquid Nails, Cove base & stair tread adhesive, 10 ounceEA60 Electrical Light Fixture, Cooper, Three lamp T-5, Model No. 2EP3GX354T5S36IUNVEBT2UEA44 Armored cable, aluminum, 12/3 ga, 250 ftEA6 Armored cable, aluminum, 12/2 ga, 250 ftEA12 Metal square Box, Capacity 21.0 Cubic Inches, Box Welded with Corner Edges, Number of 1/2 Inch Back Knockouts 5, Number of 3/4 Inch Back Knockouts 2, Number of 1/2 Inch Side Knockouts 9, Number of 3/4 Inch Side Knockouts 3, Brackets for Mounting on Flat Side of Steel Stud, No Clamp, Length 4 Inches, Width 4 Inches, Depth 1 1/2 InchesEA40 Leviton, Nylon Duplex receptacle two-gang Ivory wallplateEA40 Leviton, Nylon Duplex receptacle single-gang Ivory wallplateEA40 Leviton, Nylon Two-gang Two toggle Ivory wallplate EA10 Leviton, Side wired 20 amp duplex receptical - industrial grade 125 volt (self grounding), model number 5342, IvoryEA30 Leviton, Single-pole side wired quiet switch, model number CS115-2IEA20 Delivery requirement: 1 October 2009, FOB Destination to Fairchild AFB, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. "FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. "FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. Note: determine evaluation criteria and modify clause as required. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Price- The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal., FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 "Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation " FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, " DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items " DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) " DFARS 252-225.7001, BAA - Balance of Payments Program " DFARS 252.225-7002, Qualifying Country Sources as Subcontractors " DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) " DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) " DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) " DFARS 252.246-7000, Material Inspection And Receiving Report Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 2:00 P.M. PST on 15 September 2009 to Matthew.Richard@ang.af.mil or 509-247-7223 FAX 509-247-7225. Electronic Offers Preferred. Please submit questions in writing no later than 72 hours prior to bid due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6T3CE9245A001/listing.html)
 
Place of Performance
Address: 141 ARW/LGC Washington Air National guard Contracting Office, 2 South Olympia Avenue Fairchild AFB WA
Zip Code: 99011-9439
 
Record
SN01948623-W 20090912/090911000014-9bcf3ba8ce94208bf286300e168bebe6 (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.