Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
SOLICITATION NOTICE

71 -- Arm-O-Bunks - Solicitation Attachments

Notice Date
8/27/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337124 — Metal Household Furniture Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-13-T-6031
 
Point of Contact
Jayton L. Fee, Phone: 7195564712, ,
 
E-Mail Address
jayton.fee@us.af.mil, 21CONS.LGCBA@us.af.mil
(jayton.fee@us.af.mil, 21CONS.LGCBA@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Buy American Act Certificate Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements Pricing Table (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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, FA2517-13-T-6031 is being issued as a Request for Quotation (RFQ). Quotes must be good for 30 calendar days. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 (dated 1 Aug 2013) and are found either in the Federal Acquisition Regulation (FAR); Defense Federal Acquisition Regulation Supplement (DFARS); Air Force Federal Acquisition Regulation Supplement (AFFARS). (iv) This procurement is a sole source award to Disc-O-Bed pursuant to FAR 13.501. The NAICS code is 337124, Metal Household Furniture Manufacturing. The size standard is 500 employees for manufacturers / 500 employees for nonmanufacturers. (See FAR 19.102, paragraph (f)). A single award will be made as a result of evaluation of quotes. As part of your quote, you are required to include the format from the itemized listing to include line item, warranty information, quantity, unit, description, price and total amount information or your quote will be considered nonresponsive. (v) Prospective Contractor quotes shall utilize the attached Pricing Table (Attach 1) when preparing a quote. (vi) The following commercial item is requested in this solicitation: Purchase of 128 Arm-O-Bunks. The Government will award a Firm Fixed Price (FFP) contract. (vii) Advanced payments are not authorized. Commercial items shall be priced as FOB destination to Peterson AFB, CO. Delivery terms are 30 days After Receipt of Order (ARO). (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items. (JUL 2013), applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 1999), (a) All interested vendors shall submit a quote to jayton.fee@us.af.mil. Please email a courtesy copy of all correspondence to Mr. William Ray at William.Ray.11@us.af.mil and 21cons.lgcba@us.af.mil. 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. Award will be made using a Lowest Price Technically Acceptable (LPTA) approach; the Government will award to the lowest priced offeror that is determined technically acceptable. The following factors shall be used to evaluate offers: Factor 1: Technical Capability Factor 2: Price Factor 3: Delivery Terms (1) Factor 1: Technical Capability: A vendor's quotation will be considered technically acceptable if it meets the requirements detailed in paragraphs (v) through (vii) above. Quotations that do not meet these requirements will be considered unacceptable and will not be considered for award. Contractor must provide documentation with quotation showing offeror is a CISCO Authorized Reseller in order to be considered technically acceptable. (2) Factor 2: Price will be evaluated in order to determine if it is reasonable in accordance with FAR Parts 13.106-3. Offers should be sufficiently detailed to demonstrate their reasonableness. Prospective Contractor quotes shall utilize the attached Pricing Table (Attach 1) when preparing a quote. (3) Factor 3: Entire project to be completed within 30 days after receipt of order. This includes delivery of all equipment. (b) AWARD PROCESS: The Government will first evaluate all quotations on a pass or fail basis to determine whether the quote meets the specifications defined in (v) through (vii) above. Quotes will then be ranked according to price. The offeror who submits the lowest price and meets or exceeds the specifications defined in (v) through (vii) above will receive the award. The award will be made to that offeror without further consideration of any other offerors. (c) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the 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 the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (AUG 2013), applies to this acquisition. All vendors must be registered in Online Representations and certifications (SAM) (https://www.sam.gov/portal/public/SAM/) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (JUL 2013), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2013) (DEVIATION) applies to this acquisition. (xiii) The following additional FAR clauses apply to this acquisition: FAR 52.204-7 System For Award Management (Jul 2013) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.219-1 Alt I Small Business Program Representations (Apr 2012) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 Post-Award Small Business program Re-representation (Apr 2012) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25 Affirmative Action Compliance (Apr 1984) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restriction on Certain Foreign Purchases (Nov 2011) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification (Nov 2011) FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) FAR 52.233-1 Disputes (Jul 2002) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) 17. 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) The following DFARS Clauses are applicable to this solicitation: DFARS 525.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) DFARS 252.204-7004 Alternate A, System For Award Management (May 2013) DFARS 252.204-7011 Alternative Line Item Structure (Sep 2011) DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jun 2013) DFARS 252.215-7007 Notice Of Intent To Resolicit (Jun 2012) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7000 Buy American Statute-Balance of Payments Program Certificate DFARS 252.225-7012 Preference for Certain Domestic Commodities (FEB 2013) DFARS 252.227-7037 Validation Of Restrictive Markings On Technical Data (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010 Levies On Contract Payments (Dec 2006) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (JUN 2013) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@us.af.mil. (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xv) Quote submission: Quote shall include price information, quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. Responses to this solicitation must be submitted no later than 4:00 PM MST on 3 September 2013. (xvi) All questions regarding this solicitation must be submitted no later than (NLT) 4:00 PM MST on 29 Aug 2013. Submit your quote and any questions to A1C Jayton Fee, email address: jayton.fee@us.af.mil with a courtesy copy to both Mr. William Ray at William.Ray.11@us.af.mil and 21cons.lgcba@us.af.mil All contractors providing a quote are required to complete the document below. 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012- O0004) (JUN 2013) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) ______________ ____________________ ____________________ Company Name / Title Signature / Date Atch 1: Pricing Table Atch 2: Justification & Approval (9 Aug 2013) Atch 3: DFARS 252.225-700 Buy American Statute
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-13-T-6031/listing.html)
 
Place of Performance
Address: 721 MSG/CES, 1 NORAD Road, Cheyenne Mountain AFS, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03163981-W 20130829/130827235456-b265fc8139ffe34a2d132ecb69712dd8 (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.