Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
SOLICITATION NOTICE

N -- Redesign Room-Move Furniture - SOW

Notice Date
8/16/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
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
F3ZT272158A001-holt
 
Archive Date
9/8/2012
 
Point of Contact
Joseph D. Holt, Phone: 7074247743
 
E-Mail Address
joseph.holt@us.af.mil
(joseph.holt@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work 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 is F3ZT272158A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 effective 26 July 2012; Defense DPN 20120724 effective 07 Jul 2012, and AFAC 2012-0330 effective 30 Mar 2012. This acquisition is Small Business Set-Aside; The North American Industry Classification System (NAICS) code is 484210 The business size standard is $25.5 Million. The Federal Supply Class (FSC) is N071. The Standard Industrial Classification (SIC) is 4214. Travis AFB has a requirement for Redesigning and moving a room IAW attached SOW. 0001 The Contractor shall inventory existing furniture and meet with customer to design workstations in new facilities utilizing extisting inventory, no additional furniture will be purchased. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: 52.212-3 ALTERNATE FAR 52.212-2 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: (i) technical capability of the service offered to meet the Government requirement IAW the SOW; (ii) price; 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total SB Set Aside 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 252.204-7003 Control of Government Personnel Work Products 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 (Alt III) Transportation of Supplies by Sea 52.212-5 Contract Terms and Conditions (Deviation) 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation in Clauses 252.204-7006 Billing Instructions (full text) 252.212-7001 Contract Terms and Conditions DEVIATION 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance 5352-201-9101 OMBUDSMAN (USE IN ALL ORDERS) 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires ****FULL TEXT **** Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. Code Title Wage Fringe Benefits 09040 - Furniture Handler 14.29 $3.71 52.204-9 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.209-6 Protecting the Government Interest 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Details: All contractors planning to attend this site visit should confirm attendance via email by 20 Aug 2012 1200PST. The site visit is Scheduled for Tuesday 21 Aug 2012 at 1000 local time (pacific). Contractors are to meet at the Vistors Center parking lot at 1340 local time to proceed to the site and will begin promptly at 1350 local. No other site visits are scheduled at this time. A base pass is not necessary as transportation will all be off-base. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with as well as a camera to photograph parts of interest; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted to ensure fair solicitation to all potential contractors. Contractors are able to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. 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. Please send any questions to joseph.holt@us.af.mil or fax to 707-424-0288. NO LATER THAN 22 Aug 2012, 10:30 AM, PST and offers NO LATER THAN 24 Aug, 11:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email joseph.holt@us.af.mil to confirm the quote was received. Point of contact is SrA Holt, Contract Specialist, telephone 707-424-7743
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT272158A001-holt/listing.html)
 
Place of Performance
Address: Bldg 239, Bay G, Bay F 1st floor, Bay F 2nd Floor., Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02842405-W 20120818/120816235802-2e0f2d7f132271a17244e8b9b1dd7fad (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.