SOLICITATION NOTICE
71 -- Furniture - Bed Photo - Site Visit Reservation Form - Photo of Three Drawer Chest - Photo of Desk, Hutch and Chair
- Notice Date
- 8/1/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 442110
— Furniture Stores
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 39th Contracting Sqd - Incirlik, Incirlik AB, Unit 7090 Box 127, Incirlik AB, Turkey, 09824-0280
- ZIP Code
- 09824-0280
- Solicitation Number
- FA5685-12-Q-0066
- Archive Date
- 9/22/2012
- Point of Contact
- Mary N. Barrera, Phone: 00903323168075, Brendan A. Baxter, Phone: 90-322-316-6235
- E-Mail Address
-
mary.barrera@incirlik.af.mil, brendan.baxter@incirlik.af.mil
(mary.barrera@incirlik.af.mil, brendan.baxter@incirlik.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Photo of Desk, Hutch and Chair Photo of Three Drawer Chest Site Visit Reservation Form Bed Photo ATTENTION TO POTENTIAL OFFERORS (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA5685-12-Q-0066. (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, DFARS Change Notice 20120724, and Air Force Acquisition Circular 2012-0330. (iv) There is no small business set-aside for this acquisition. However, due to an established economic agreement between the United States Government and the Government of Turkey, the U.S. Air Force intends to award this solicitation to a business concern within the country of Turkey; as required by the Defense and Economic Cooperation Agreement, Supplementary Agreement 3, Article VI. If it is discovered that the U.S. Air Force is not able to make award to a business concern within the country of Turkey, it reserves the right to make award to a business concern that is not within the country of Turkey. The NAICS code assigned to this acquisition is 442110. The following contains: (v) A list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). (vi) Description of requirements for the items to be acquired. CLIN 0001: ITEM: LO-CDM-CAPT BED SET/10 piece set QUANTITY: 52 UNIT OF MEASURE: Set ITEM DESCRIPTION: Bed headboard/footboard should be made from solid beech wood, all other items made from pressed MDF and covered with solid wood. Paint/Finishing: wood must be cleaned thoroughly before wood protectant (pinotex) is applied, apply varnish 3 times, apply silk matt varnish for scratch resistance surface. Dimensions: Wide Bed Rail 23.5 inches wide x 82 inches length, Narrow Bed Rail 5 inches wide x 82 inches length, 3 bed slats 2 7/8 inches wide x 39 3/8 inches length; bed ends assembled size 42 inches wide x 85 3/8 inches length; Headboard Height 38 inches; Footboard Height 25.5 inches; Plywood bunk board 39 inches wide x 81.5 inches length. CLIN 0002: ITEM: LO-CDM-CAPT BED SET/10 piece set QUANTITY: 2 UNIT OF MEASURE: Set ITEM DESCRIPTION: Bed headboard/footboard should be made from solid beech wood, all other items made from pressed MDF and covered with solid wood. Paint/Finishing: wood must be cleaned thoroughly before wood protectant (pinotex) is applied, apply varnish 3 times, apply silk matt varnish for scratch resistance surface. Dimensions: Wide Bed Rail 23.5 inches wide x 86 inches length, Narrow Bed Rail 5 inches wide x 86 inches length, 3 bed slats 2 7/8 inches wide x 39 3/8 inches length; bed ends assembled size 42 inches wide x 89 3/8 inches length; Headboard Height 38 inches; Footboard Height 25.5 inches; Plywood bunk board 39 inches wide x 85.5 inches length. CLIN 0003: ITEM: DB-CDM-MATT/SGL (New Mattress) QUANTITY: 51 UNIT OF MEASURE: Set ITEM DESCRIPTION: Length 80 inches X Width 38 inches X Height 11.8 inches; weight 27kg or less, must have a removable/washable zip pad pillow top. CLIN 0004: ITEM: DB-CDM-MATT/SGL (New Mattress) QUANTITY: 2 UNIT OF MEASURE: Set ITEM DESCRIPTION: Length 84 inches X Width 38 inches X Height 11.8 inches; weight 27kg or less, must have a removable/washable zip pad pillow top; must include 2 each fitted sheets and 2 each flat sheets (due to extended length). CLIN 0005: ITEM: LO-CDM-CHEST/3 DRAWER QUANTITY: 52 UNIT OF MEASURE: Each ITEM DESCRIPTION: all items should be made from pressed MDF and covered with solid wood; secret drawer rail system must be used on all drawers. Paint/Finishing: wood must be cleaned thoroughly before wood protectant (pinotex) is applied, apply varnish 3 times, apply silk matt varnish for scratch resistance surface. Dimensions: 28 inches wide x 18 inches depth x 29.75 inches high. CLIN 0006: ITEM: LO-CDM-DESK HUTCH QUANTITY: 32 UNIT OF MEASURE: Each ITEM DESCRIPTION: all items should be made from pressed MDF and covered with solid wood; must have two (2) stationary shelves and three (3) adjustable shelves. Paint/Finishing: wood must be cleaned thoroughly before wood protectant (pinotex) is applied, apply varnish 3 times, apply silk matt varnish for scratch resistance surface. Dimensions: 36 inches wide X 16.25inches depth x 30 inches high. CLIN 0007: ITEM: LO-CDM-DESK W/O KEYBOARD QUANTITY: 32 UNIT OF MEASURE: Each ITEM DESCRIPTION: all items should be made from pressed MDF and covered with solid wood. Paint/Finishing: wood must be cleaned thoroughly before wood protectant (pinotex) is applied, apply varnish 3 times, apply silk matt varnish for scratch resistance surface. Dimensions: 42 inches wide x 24.25 inches depth x 30 inches high. CLIN 0008: ITEM: LO-CDM-DESK/MOBILE QUANTITY: 32 UNIT OF MEASURE: Each ITEM DESCRIPTION: all items should be made from pressed MDF and covered with solid wood. Paint/Finishing: wood must be cleaned thoroughly before wood protectant (pinotex) is applied, apply varnish 3 times, apply silk matt varnish for scratch resistance surface. Dimensions: 39.5 inches wide x 17 inches depth x 28 inches high. CLIN 0009: ITEM: LO-CDM-DESK/SIDE CHAIR QUANTITY: 50 UNIT OF MEASURE: Each ITEM DESCRIPTION: must be made from solid beech wood; must be upholstered (material will be supplied by POC). Paint/Finishing: wood must be cleaned thoroughly before wood protectant (pinotex) is applied, apply varnish 3 times, apply silk matt varnish for scratch resistance surface. Dimensions: 18.5 inches wide x 22.5 inches depth x 35.25 inches high; seat height is 18 inches. (vii) Site Visit: A site visit will be conducted for bidders to see the existing style and color. All contractors interested in attending the site visit will need to fill out the Gate Pass Reservation Form that is attached to this notice and submit it to the contracting office no later than 17 August 2012 4:00 PM Local Time. Completed forms should be emailed to mary.barrera@incirlik.af.mil and brendan.baxter@incirlik.af.mil. Each company will be limited to only TWO (2) attending members, and both will need to carry their Turkish Identification Card and Guvenlik Bilgi Taramasi (GBT) documents with them while attending the site visit. GBT's may be obtained from your local district Police Stations. Only ONE (1) site visit will be held. Site visit will take place at 10:00 AM local time on 27 August 2012. **If exact item is not quoted (see FAR 52.212-1(b)(4)) a specification sheet, catalog photo or other information must be provided that provides sufficient detail for the United States to determine whether or not the substituted product(s) quoted can satisfy the need** **A sample of both a Captain bed set and a mattress must be brought to the warehouse for evaluation and comparison before the contract is awarded.** (viii) Date and place of delivery and acceptance and FOB point: Incirlik Air Base, Adana, Turkey on a FOB Destination basis. The number of days required to deliver the items listed in paragraph (vi) to this address must be specified in the quote. (ix) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda is made to the provision. Paragraph (b) Submission of offers is added to read: Quotations shall be in terms of U.S. Dollars. Quotations received in other than U.S. Dollars shall be rejected. Quotations shall also be submitted in the English Language. Quotations received not in English will not be considered. The provision at 252.212-7000 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. The certification in paragraph (b) of the provision at 252.212-7000 does not apply to this solicitation. (x) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. There are two specific evaluation criteria included in paragraph (a). The first one is (i) technical capability of the item quoted to meet the requirement of that provision. The last criteria is (ii) price. The Lowest Price Technically Acceptable will be used in this acquisition. (xi) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The quotation must include a complete copy of this provision. See http://orca.bpn.gov. (xii) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following addenda are made to this clause. Paragraph (a) Inspection/Acceptance is added to read: The contractor shall use the Wide Area Workflow web page at https://wawf.eb.mil/index.html to submit invoices for acceptance. Paragraph (o) Warranty is added to read: The contractor shall provide all standard commercial (including manufacturer) warranties to the United States Government. (xiii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are considered checked and applicable to the acquisition under paragraph (b): (1), (27), (36), (47); & (c) (6). The clause at 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: (b) (18), (21), (23), & (26) (xiv) The following additional contract clauses apply to this acquisition: (1) FAR 52.204-7 Central Contractor Registration (2) FAR 52.225-14 Inconsistency Between English Version & Translation of Contract (3) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) (4) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (5) FAR 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 address: http://farsite.hill.af.mil (6) DFARS 252.225-7041 Correspondence in English. (7) DFARS 252.229-7001 Tax Relief. Paragraph (a) is filled in as follows: "Name of Tax: VAT/KDV, Rate (Percentage): 18%". (8) DFARS 252.233-7001 Choice of Law (Overseas). (9) AFFARS 5352.201-9101 Ombudsman. Paragraph (c) is filled in as follows: Primary: Ms. Tara Petersen, HQ USAFE/A7K, Unit 3050 Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: tara.petersen@ramstein.af.mil, Tel: 0049-637-147-2209, Fax: (49)-6731-47-2025. Alternate: Ms. Heidi Hoehn, HQ USAFE/A7K, Unit 3050 Box 10, APO AE 09094-0110, HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany, E-Mail: heidi.hoehn@ramstein.af.mil, Tel: 0049-637-147-2026, Fax: (49)-6731-47-2025. (10) AFFARS 5352.242-9000 Contractor access to Air Force installations. Paragraph (b) is filled in as follows: The Turkish Air Force will coordinate with contractors to attain necessary documents and information to grant access to the installation. The United States Government will not be held liable for any delays or breach of contract caused by refusal of the Turkish Air Force to grant a gate pass. The contractor shall notify the contracting officer immediately if access is denied. (xv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xvi) Quotations are due by 4:00PM on 07 September 2012 and must be valid for 30 calender days. In addition to providing the information required above, Turkish Vendors shall provide the following documents, translated and certified in English: (1) Tax Payer License, (2) Trade Chamber Registration, (3) Signature Circular, (4) Company Registration (if applicable), (5) Certified/Authorized Retail/Reseller documentation from manufacturer and or importer of requested supply(s), and (6) Photocopies of written warranty documents (if applicable). (xvii) Contact A1C Mary N. Barrera at E-Mail: mary.barrera@incirlik.af.mil and brendan.baxter@incirlik.af.mil or Tel: 0-322-316-8075 for any questions or concerns regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/39CS/FA5685-12-Q-0066/listing.html)
- Place of Performance
- Address: Incirlik AB, Turkey, Turkey
- Record
- SN02823757-W 20120803/120802000706-7118338e9b5d28d4c97dde96c5d0858e (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 |