Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2013 FBO #4074
MODIFICATION

65 -- Chairs for Hospital Chapel - Updated Chair Dimensions

Notice Date
1/17/2013
 
Notice Type
Modification/Amendment
 
NAICS
337121 — Upholstered Household Furniture Manufacturing
 
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
LOGAN-FM44272330301
 
Archive Date
1/31/2013
 
Point of Contact
James B. Logan, Phone: 7074247793, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
james.logan.10@us.af.mil, josephine.cobb@us.af.mil
(james.logan.10@us.af.mil, josephine.cobb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This further clarifies the dimensions of the chairs. This also includes a sample of what a 'wood armrest and padded kneeler' looks like. 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 LOGAN-FM44272330301; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-64 effective 21 December 2012; Defense DPN 20121231 effective 31 December 2012, and AFAC 2012-1107 effective 7 November 2012. The North American Industry Classification System (NAICS) code is 337121 the business size standard is 500 employees. The Federal Supply Class (FSC) is 6530. The Standard Industrial Classification (SIC) is 2512. Travis AFB has a 100% small business set-aside. Delivery Date - 10 February 2013; FOB Destination CLIN 0001-AA : Kneeler Chairs for DGMC Chapel, 1 Lot includes 18 chairs, 18 sliding floor kneelers and 1 wood armrest and padded kneeler. (1 Lot) The dimensions are as follows- Chair height 32", Chair Width 21 ½" and Sliding Floor Kneeler height 6", length 12" and width 17 ¾" Please see attached pictures for further guidance. The proposed items must match existing furniture in style, color and dimensions. IF VENDORS ARE UNABLE TO ATTEND THE SITE VISIT A PHOTO OR SAMPLE OF PROPOSED MATERIAL MUST BE SUBMITTED WITH OFFER FOR APPROVAL. 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: 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the chairs design if there are questions about the workmanship of the chairs 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 4:20pm 22 January 2013. The site visit is Scheduled for 23 January 2013 at 1000 local time (pacific). Contractors are to meet at the Travis AFB visitors center parking lot by 0929 local time. We will promptly proceed to the site at 0940 HRs local time. No other site visits are scheduled at this time. Transportation will be provided on base from the visitors center by 60 CONS. A base pass may necessary if amount of interested vendors exceeds the van limit. 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; 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 allowed 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. FAR 52.204-99 -- System for Award Management Registration (DEVIATION); FAR 52.212-1 Instructions to Offerors -- Commercial Items; 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 Item to meet the government requirement In accordance with the above CLINs. (ii) Price; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (b)(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive orders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.201-9101 Ombudsman. 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 System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Please send any questions to james.logan.10@us.af.mil or fax to 707-424-5189. NO LATER THAN 25 January 2013, 10:00 PM, PST and offers NO LATER THAN 28 January 2013, 12:00 PM, 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 james.logan.10@us.af.mil to confirm the quote was received. Point of contact is SrA James Logan, Contract Specialist, telephone 707-424-7793. Alternate POC is Mrs. Josephine Cobb Contracting Officer, telephone 707-424-7720,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/LOGAN-FM44272330301/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02967373-W 20130119/130117234210-299bc486760c41bfedc3c8e9f094eea9 (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.