SOLICITATION NOTICE
65 -- Electric Adjustable Workstations
- Notice Date
- 5/19/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- FM442700820050
- Archive Date
- 7/1/2010
- Point of Contact
- Matthew Gill, Phone: (707) 424-7770, Josephine G Cobb, Phone: (707) 424-7720
- E-Mail Address
-
matthew.gill-02@travis.af.mil, josephine.cobb@travis.af.mil
(matthew.gill-02@travis.af.mil, josephine.cobb@travis.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a posting for 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 solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is FM442700820050. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41, effective 13 April 2010, DCN 20100507, and AFAC 2010-0402. The North American Industry Classification System (NAICS) code is 337127. This requirement is a 100% small business set-aside. The business size standard is 500. The Federal Supply Class (FSC) is 6530. The Standard Industrial Classification (SIC) is 3821. Requirement Description: Electric Ajustable Workstations CLIN 0001: Electric adjustable workstation with laminate tabletop, 15" steel shelf, locking 6" and 12" drawer, bin rail, task light and 15 amp electrical plug. Can not exceed the following dimensions: height 80", width 30", length 60". Must be able to hold up to 750 pounds. Shipping is to be included. Must include a picture of proposed workstaion with quote. This requirement must be delivered by 06 July 2010. The following factors shall be used to evaluate offers: FAR 52.212-2 (i) technical capability of the item offered to meet the Government requirement (Technical capability is either meeting or exceeding the requirements listed in CLIN 0001 and the vendors ability to meet the delivery date required.), (ii) price Transportation to Travis AFB, CA 94535, is to be included in the quote. This award shall be made in the aggregate, all or none. The following provisions/clauses apply to this solicitation: 52.233-4 Applicable Law for Breach of Contracts 52.212-1 Instructions to Offerors 52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.219-6 Notice of Total SB Set Aside 52.219-28 Post Small Business Award Program 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.204-7003 Control of Government Personnel Work Products 252.232-7003 Electronic submission of Payment Request 252.247-7023 Transportation of Supplies by Sea Alt III 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352.201-9101 Ombudsman 52.252-2 Clauses Incorporated by Reference. Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil 52.252-6 Authorized Deviation in Clauses. Use the following fill-in: Defense Federal Acquisition Regulation (48 CFR Chapter 2) 252.212-7001 Contract Terms and Conditions (Deviation) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352.201-9101 Ombudsman 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [http://www.ccr.gov], at Wide Area Work Flow (WAWF) [http://wawf.eb.mil], and at Online Representations and Certifications Application (ORCA) at [http://orca.bpn.gov]. Please send any responses to matthew.gill-02@travis.af.mil or fax to (707) 424-2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). All inquiries must be submitted by 07 June 2010 12:00 PM PST. All quotes must be submitted, which shall be considered by the agency NO LATER THAN 16 June 2010, 12:00 PM, PST quotes are to be provided by fax or email. Main point of contact is, Matthew E. Gill, SSgt, Contract Specialist, Telephone (707) 424-7770, matthew.gill-02@travis.af.mil. Alternate POC, Josephine Cobb, Telephone (707) 424-7720.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/FM442700820050/listing.html)
- Place of Performance
- Address: Travis AFB, United States
- Record
- SN02154175-W 20100521/100519234951-ea287cc8d103df6b533bdb4f5cbbdd68 (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 |