Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
MODIFICATION

71 -- Conservation Cabinets

Notice Date
3/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
337124 — Metal Household Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0006a
 
Archive Date
4/24/2011
 
Point of Contact
Daniel W. Enders, Phone: 9375224566
 
E-Mail Address
Daniel.Enders@wpafb.af.mil
(Daniel.Enders@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
15 March 2011 Update: Installation line has been removed as installation is not required. Also, CLIN 0005 has been modified to replace "10 5" H drawers each unit" with "10 rolled textile frames." DE PROPOSED BRAND NAME SOLICITATION: Viking Metal Cabinet Company This is a combined Brand Name Synopsis/Solicitation FA8601-11-T-0006 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; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-42, effective 16 June 2010. The North American Industry Classification System (NAICS) code for this requirement is 337124 with an associated size standard of 500 employees. This requirement is Brand Name specific for Viking Metal Cabinet Company. Any quotations should e-mailed to Daniel Enders at Daniel.Enders@wpafb.af.mil no later than 24 March 2011. Only proposals received by this date will be considered. Any questions should be directed to Daniel Enders at daniel.enders@wpafb.af.mil. The Operational Contracting Office, Aeronautical Systems Center, at Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: CLIN 0001 - Quantity 3 - Counter Height Cabinet - 56 ¾"W X 39 5/8"H X 38 9/16"D - Two lift-off doors, standard lever locking door handle, eight 3.5"H full wide drawers each, door vents, Perma-Slide corrugated track panel spaced every 1", label holders, swivel levelers, and stackable. CLIN 0002 - Quantity 2 - Full Height Conservation Cabinet - 94 ½"W X 78 ¾"H X 50"D - Four-way pallet base with removable front cover. Bi folding lift-off reinforced doors with label holders, standard lever locking door handles, ten 5"H drawers each unit, door vents, and inside accessible Level-Ease Swivel levelers. CLIN 0003 - Quantity 8 - Archival Flat-Drawer File Cabinet - 54 ¼"W X 17 5/8"H X 40 ¼"D, with six 2"H drawers on rollers, 50 ¼"W X 2"H X 39 3/8"D. Stackable, strong, stainless steel runners and ball bearing tracks eliminate paint flaking. Three heavy duty bases. CLIN 0004 - Quantity 13 - Full Height Conservation Cabinet - 94 ½"W X 78 ¾"H X 50"D - Four-way pallet base with removable front cover. Bi folding lift-off reinforced doors with label holders, standard lever locking door handles, ten 5"H drawers each unit, door vents, and inside accessible Level-Ease Swivel levelers. CLIN 0005 - Quantity 1 - Full Height Conservation Cabinet - 94 ½"W X 78 ¾"H X 50"D - Four-way pallet base with removable front cover. Bi folding lift-off reinforced doors with label holders, standard lever locking door handles, ten rolled textile frames, door vents, and inside accessible Level-Ease Swivel levelers. CLIN 0006 - Quantity 6 - Full Height Conservation Cabinet - 58 9/32"W X 84"H X30 ¼"D - Two solid lift off doors with label holders, clip adjustment every ¾", standard locking lever door handle, door vents, reinforced forklift base with access cover, and inside accessible Level-Ease swivel levelers. CLIN 0007 - Quantity 9 - Full Height Conservation Cabinet - 58 9/32"W X 84"H X30 ¼"D - Two solid lift off doors with label holders, clip adjustment every ¾", standard lever locking door handles, five adjustable shelves per unit, door vents, access cover, and inside accessible Level-Ease swivel levelers. CLIN 0008 - Quantity 3 - Archival Flat-Drawer File Cabinet - 54 ¼"W X 17 5/8"H X 40 ¼"D, with six 2"H drawers on rollers, 50 ¼"W X 2"H X 39 3/8"D. Stackable, strong, stainless steel runners and ball bearing tracks eliminate paint flaking. One heavy duty base. CLIN 0009 - Quantity 1 - Mobile Transport Cart - 90"L X 34"D with four 8" diameter casters and provisions on 3.5" centers for removable dividers/posts. Unit includes 20 removable dividers (10 - 23"H and 10 - 25"H). All locks must be keyed to a D251 key. Shipping Included to Wright-Patterson AFB, OH Manufacturer: Viking Metal Cabinet Company It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors 52.212-2, Evaluation Factors [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote must clearly show that item offered meets all requirements noted in the Minimum Specifications included in this Request for Quotation.] 52.212-3, Contractor Representations and Certifications; 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.252-1, Solicitation Provisions Incorporated by Reference The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items Including: 52.219-28 -- Post-Award Small Business Program Representation; 52.222-3 -- Convict Labor; 52.222-19 - Child labor - Cooperation with Authorities and Remedies; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-26 -- Equal Opportunity; 52.222-36 -- Affirmative Action for Workers with Disabilities; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration; 52.223-18, Contractor Policy to ban Text Messaging While Driving; 52.252-2 Clauses Incorporated by Reference The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.211-7003, Item Identification and Validation. 252.212-7000, Offeror Representations and Certifications--Commercial Items. 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items Including: 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; 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9201, Ombudsman (Apr 2010). (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Howard E. Marks., Jr., ASC/ACH, 1755 11th St, Bldg 570, Room 101, Wright-Patterson Air Force Base, OH 45433-7404, Tel 937-255-8642, e-mail: howard.marks@wpafb.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. A Firm-Fixed Price purchase order will be issued in writing. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0006a/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02407994-W 20110325/110323234913-01b22f006dc96446ddb0654502ac7e2c (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.