Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOLICITATION NOTICE

71 -- ADPE Warehouse Shelving - Floorplan

Notice Date
7/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-11-Q-0048
 
Archive Date
7/30/2011
 
Point of Contact
Drew P. Matter, Phone: 5757842948, Andre Casiano, Phone: 5757847668
 
E-Mail Address
Drew.Matter@Cannon.AF.Mil, andre.casiano@cannon.af.mil
(Drew.Matter@Cannon.AF.Mil, andre.casiano@cannon.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Floorplan This is a combined synopsis/solicitation 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 for this procurement is FA4855-11-Q-0048 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-52, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20110629, and Air Force Acquisition Circular (AFAC) 2011-0421. This is a 100% small business set aside. The North American Industry Classification System (NAICS) is 337215 Showcase, Partition, Shelving, and Locker Manufacturing. Small Business Size Standard is 500 employees. The Offeror must quote on an all or none basis. Award will be based on Best Value to the Government. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. Line items: 0001. UPRIGHT POSTS FOR INDUSTRIAL PALLET SHELVING, 42 X 216, IU24, 24957,LB CAPACITY @ 36" SPACING, 19,673 LB CAPACITY @54" SPACING, ORANGE MFG WIREWAY; PART #IU24420216 OR EQUAL - QTY 28 ea 0002. MATERIALS STEEL BEAMS FOR INDUSTRIAL PALLET SHELVING, 4.3 X 106, 4,181#CAP/PR, ORANGE MFG WIREWAY; PART #BX43106 OR EQUAL - QTY 102 ea 0003. MATERIALS STEEL BEAMS FOR INDUSTRIAL PALLET SHELVING, 6.0 X 144, 7,552#CAP/PR, ORANGE MFG WIREWAY; PART #IBH60144 OR EQUAL - QTY 20 ea 0004. MATERIALS BOLT, WEDGE ANCHOR ½ X 5 ½", STRONG-BOLT - WEDGE ANCHOR FOR CRACKED AND UNCRACKED CONCRETE 100/BX MFG WIREWAY; PART #133538 OR EQUAL - QTY 76 ea 0005. MATERIALS FOOTPLATE, 3 ¼ X 4 ¼ X 10GA MFG WIREWAY; PART #133009 OR EQUAL - QTY 20 ea 0006. MATERIALS IU24420216, UPRIGHT, 42 X 216, COLOR: ORANGE MFG WIREWAY; PART #UPRIGHT263 OR EQUAL - QTY 5 ea 0007. MATERIALS ROW SPACER, J-STYLE 12" GALV MFG WIREWAY; PART #RSIN12 OR EQUAL - QTY 39 0008. KIT, ROW SPACER, IN UPRIGHTS, MFG WIREWAY; PART #KITRSIN OR EQUAL - QTY 39 ea 0009. MATERIALS STEEL BEAMS FOR INDUSTRIAL PALLET SHELVING, 3.5 X 54, 5,857 #CAP/PR, ORANGE MFG #BX35054 OR EQUAL - QTY 12 ea 0010. PALLET 4-WAY ENTRY, 40 X 48 MFG WIREWAY; PART #Skd-18 OR EQUAL - QTY 138 ea 0011. Installation Services for complete installation at Cannon AFB, NM Attachments: Floor plan ******Notice to all Offerors: This is a Pre-planning Unfunded Requirement. Funds are not currently available for this requirement. No award will be made for this requirement until funds are available. The Government reserves the right to cancel the requirement before or after closing. Shipping shall be F.O.B. Destination. All pricing shall be good until 30 September 2011. If you have any questions please contact: A1C Drew Matter, Drew.Matter@cannon.af.mil, Phone#: 575-784-2948. ****** It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mi/vffar1.htm. NOTE: Any offer submitted as a Brand Name or Equal must include required documentation in accordance with FAR Provision 52.211-6, Brand Name or Equal. The following Provisions and Clauses apply to this solicitation and are incorporated by Reference: 52.204-7 52.212-4 52.219-6 Central Contractor Registration Contract Terms and Conditions--Commercial Items Notice of Total Small Business Set-Aside APR 2008 OCT 2008 JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-22 52.222-25 52.222-26 52.222-50 Previous Contracts and Compliance Reports Affirmative Action Compliance Equal Opportunity Combating Trafficking in Persons FEB 1999 APR 1984 MAR 2007 FEB 2009 52.222-1 52.225-13 Buy American Act - Supplies Restrictions on Certain Foreign Purchases FEB 2009 JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7004 Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.243-7001 5352.223-9001 Pricing Of Contract Modifications Ombudsman DEC 1991 APR 2010 CLAUSES INCORPORATED BY FULL TEXT FAR 52.212-1 Instructions to Offerors - Commercial Items The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Offers may be submitted via facsimile, e-mail or mail. Offers should include price for service, period of performance for service and past performance questionnaires. Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. FAR 52.212-2 Evaluation - Commercial Item Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from 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: Lowest price technically acceptable (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offeror Representations and Certifications - Commercial items. 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 have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. 52.212-4 ADDENDUM CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Sep 2008) (FAR Clause 52.212-4 is tailored in accordance with 12.302(d)) FAR 52-212-4, Paragraph (c) is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data etc., which may be changed unilaterally by the Government. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/VFFARa.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/VFAFFARA.HTM NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 52.252-5 Authorized Deviations in Provisions - (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/vffara.htm DFAR: http://farsite.hill.af.mil/vfdfara.htm AFFAR: http://farsite.hill.af.mil/vfaffara.htm NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2009) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (FEB 2008) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when-- (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) The following notes apply only to installation 1. NEW MEXICO GROSS RECEIPTS TAX. The State of New Mexico assesses a Gross Receipts Tax for firms conducting business within the state. This tax is imposed on the basis of revenue derived from business operations within the state without regard to the location of the business entity. You are advised that any offer received will be presumed to include this cost of business and any request for adjustment for your price, as a mistake in bid either before or after award, will not be considered. The rate of the New Mexico Gross Receipts Tax may be obtained from the New Mexico Taxation and Revenue Office in Clovis, New Mexico by calling (575) 763-5515. AFFARS 5352.201-9101 Ombudsmen (see below POC) AUG 2005 **Lt Col. Eric Tsali Brewington, HQ AFSOC/A7K, 427 Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, Phone: (850) 884-3990, DSN: 579-3990, Fax: (850) 884-2476, Email: eric.brewington@hurlburt.af.mil.** RESPONSE TIME: Request for Quotation will be accepted at the 27th Special Operations Contracting Squadron, 110 E. Sextant Blvd, Cannon AFB, NM 88103-5214 NO LATER THAN 12:00 p.m. Mountain Time on 15 July 2011. Quotations may be faxed to 575-784-1147. Please email quotes to drew.matter@cannon.af.mil. Facsimile offers will be accepted but email is the preferred method. Point of Contact for this solicitation is: A1C Drew Matter, 575-784-2948, Fax 575-784-1147, e-mail: drew.matter@cannon.af.mil. Contracting Officer: SSgt. Andre Casiano, Ph#: 575-784-7668, Fax: 575-784-1147, e-mail: andre.casiano@cannon.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-11-Q-0048/listing.html)
 
Place of Performance
Address: Cannon AFB NM, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN02490939-W 20110708/110706235151-381d1db6fa9dae6006a6d5c9699321a3 (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.