SOLICITATION NOTICE
83 -- Custome Sound Curtain
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314121
— Curtain and Drapery Mills
- Contracting Office
- Department of the Air Force, AF ISR Agency, AF ISR Agency/A7K, 102 Hall Blvd, Ste 258, Lackland AFB, Texas, 78243, United States
- ZIP Code
- 78243
- Solicitation Number
- F2MTA22222A001
- Archive Date
- 10/1/2012
- Point of Contact
- AISHA ROSS, MSGT, Phone: 210-977-4009
- E-Mail Address
-
AISHA.ROSS@US.AF.MIL
(AISHA.ROSS@US.AF.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included within this notice. This announcement constitutes the only solicitation; information is being requested and a written solicitation will not be issued. The reference number for this procurement is F2MTA22222A001 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 314120 with a small business size of 500 employees. This acquisition is a 100% Small Business Set-Aside. All responsible contractors shall provide a quote for the following: The measurements are 53'x30' with a left hand turn. The purpose of the curtain is to reduce the noise levels in the open computer training area. The curtain needs to fold away for storage and be on a track system CLIN 0001 Custom Sound Curtain, Goff's Sound Curtain, Part # 31821 or equal QTY: 1 EA CLIN 0002 Custom Sound Curtain Valence, Goff's Sound Curtain, Part # 31821 or equal QTY: 1 EA CLIN 0003 Custom Sound Curtain Sweep, Goff's Sound Curtain, Part # 31823 or equal QTY: 1 EA CLIN 0004 Track-Susend Curve, Goff's Sound Curtain, Part # 10277 or equal QTY: 1 EA Shipping and Delivery: Shipping costs (FOB Destination) shall be included in line items and date of delivery shall be by NLT 30 days ARO. The following FAR clauses and provisions are in this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial items applies to this acquisition. The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: Price. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. The following clauses are hereby incorporated by reference. The full text of provision and clauses are located at http://farsite.hill.af.mil/: FAR 52.204-7 Central Contractor Registration, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, 52.211-6 Brand Name or Equal, FAR 52.212-1, Instruction to Offerors - Commercial Items, FAR 52.212-4, Terms Contract and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, FAR 52.212-5 (Deviation), Class Deviation- 2009-O0005 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2011), FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-28, Post Award Small Business Program Representation, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Equal Opportunity for Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C 793), FAR 52.222-37, Employment Reports on Veterans, FAR 52.222-50, Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration, FAR 52.233-1 Disputes, FAR 52.233-3, Protest After Award, FAR 52.233-4, Applicable Law for Breach of Contract Claim, FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241) Alternate II, FAR 52.252-2 Clauses Incorporated by Reference, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005, Representation Relating to Copensation of Former DoD Officials, DFARS 252.204-7004 Alternate A, Central Contractor Registration, DFARS 252.204-7008 Export-Controlled Items, DFARS 252.212-7001 Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.247-7023 Transportation of Supplies by Sea Alt III, 5352.201-9101 Ombudsman follows: Lt Col Kristian S. Ellingsen,129 Andrews Street, Langley AFB, VA 23665, Phone Number: 757-764-5372, Fax: 757-764-4400,E-mail: kristian.ellingsen@langley.af.mil. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http:// https://www.sam.gov Primary Point of Contact.: AISHA Z. ROSS Aisha.ross@us.af.mil Phone: 210-977-4009 NOTE: Emailed proposal is preferred(Please reference Solicitation number in the subject line)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0bad9be7eec0390b442871866274ef4c)
- Place of Performance
- Address: Lackand AFB, TX, San Antonio, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02873352-W 20120909/120908001709-0bad9be7eec0390b442871866274ef4c (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 |