MODIFICATION
71 -- Workstation consoles and accessories
- Notice Date
- 8/28/2013
- Notice Type
- Modification/Amendment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- 131 FW/MSC, Stop 27, 10800 Lambert International Boulevard, Bridgeton, MO 63044-2371
- ZIP Code
- 63044-2371
- Solicitation Number
- W912NS-13-R-5003-WORKSTATIONS
- Response Due
- 9/6/2013
- Archive Date
- 10/27/2013
- Point of Contact
- Marian E. Long, 314-527-6376
- E-Mail Address
-
131 FW/MSC
(marian.long@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 in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation W912NS-13-R-5003-Workstations is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66. Information requested: 1. Company Information: Name, Address, telephone number, FAX number, point of contact(s) name(s), phone number, e-mail address. 2. Identification of business size and whether currently designated a Small Business as defined by the Federal Acquisition Regulation FAR Part 19.1 and the appropriate categories (small business (SB), small disadvantaged business (SDB), Historically Underutilized Business Zone (HUBZone), 8(a) certified small business, service disabled veteran-owned small business, veteran-owned small business, woman-owned small business). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gove/size/sizetable2002.html. The applicable North American Industry Classification System (NAICS) Code is 337211. Small Business size is 500 employees. 3. Capability of furnishing the items listed below. Capability information should include a brief description of the items. The capability package must be clear, concise, and complete. The Air National Guard is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. CLIN 0001 - Workstations Main JAOC Heavy duty with high pressure laminate work surface and urethane nosing to withstand 365 day / 24 hours per day command and control operations (Manufacturer: Evans Consoles or equal). Required Essential Salient Features: 1. Workstation Height = 29 inches 2. Work surface = 30 inches deep X 78 inches front width to allow for multiple desk layout. Qty. (23) 3. Work surface = 30 inches deep x 72 inches width to allow for multiple desk layout. Qty. (1) 3. Minimum weight bearing 250lbs. 4. Parallel computer cabinets with vented functional doors front and back; performing as desk structure (pedestal), allowing for 28 inches leg room/clearance. 5. Two (2) computer/electrical jack ports (pass through hole), with covers built into the work surface of each workstation. Port location = one center full right with the second port center full left. 6. Each workstation will include two (2) installed electrical trays within housed computer cabinets meeting the following criteria. a. Channels made of durable materials other than plastic, minimum of one (1) inch deep x two (2) inches wide. b. Second tray 19 inches from the first tray c. Tray openings should be visible, accessible from each workstation side. d. Include two (2) computer/electrical port (pass through holes) for each electrical tray, with ports located within each computer cabinet bay. QTY: 24 each CLIN 0002 - Workstations JAOC Jr. Heavy duty with high pressure laminate work surface and urethane nosing to withstand 365 day / 24 hours per day command and control operations (Manufacturer: Evans Consoles or equal). Required Essential Salient Features: 1. Workstation Height = 29 inches 2. Work surface = 30 inches deep X 78 inches front width to allow for multiple desk layout. Qty. (15) 3. Minimum weight bearing 250lbs. 4. Parallel computer cabinets with vented functional doors front and back; performing as desk structure (pedestal), allowing for 28 inches leg room/clearance. 5. Two (2) computer/electrical jack ports (pass through hole), with covers built into the work surface of each workstation. Port location = one center full right with the second port center full left. 6. Each workstation will include two (2) installed electrical trays within housed computer cabinets meeting the following criteria. a. Channels made of durable materials other than plastic, minimum of one (1) inch deep x two (2) inches wide. b. Second tray 19 inches from the first tray c. Tray openings should be visible, accessible from each workstation side. d. Include two (2) computer/electrical port (pass through holes) for each electrical tray, with ports located within each computer cabinet bay. QTY: 15 each For drawings of the layouts of the rooms email the contact listed below. Items shall be received TBD days ADC FOB: Destination for delivery to: 131st Bomb Wing 1 Grant Road Jefferson Barracks ANGS St. Louis, MO 63125 The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal, FAR 52.212-1, Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria outlined in CLIN 0001, FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252-212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. All quotes must be sent to SrA Marian Long at: e-mail marian.long@us.af.mil Quotes are required to be received not later than 4:00 PM CST, 6 Sept. 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23-2/W912NS-13-R-5003-WORKSTATIONS/listing.html)
- Place of Performance
- Address: 131 FW/MSC 1 Grant Road Jefferson Barracks ANGS St. Louis MO
- Zip Code: 63125
- Zip Code: 63125
- Record
- SN03165323-W 20130830/130828235446-4c0d54da6183567f5e624b23dc90e1d2 (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 |