Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2013 FBO #4298
SOLICITATION NOTICE

72 -- Dorm Mattress Covers - Mattress Covers Specifications

Notice Date
8/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314120 — Curtain and Linen Mills
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
N4155713RC051CO
 
Archive Date
10/1/2013
 
Point of Contact
Melissa M. Egeland, Phone: 6713666620, Robert F. Frandsen, Phone: 6713664686
 
E-Mail Address
melissa.egeland.1@us.af.mil, robert.frandsen.1@us.af.mil
(melissa.egeland.1@us.af.mil, robert.frandsen.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Dorm Mattress Covers Line items 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. Solicitation N4155713RC051CO is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 314120 and the small business size standard is 500 employees. The following commercial items are requested: Dorm Mattress Covers and Pillow Protectors - Line items and specifications are listed as an attachment to this solicitation. *ALL ASSOCIATED SHIPPING COSTS MUST BE INCLUDED WITH FINAL QUOTE. SHIPPING/DELIVERY OF SERVICES/MATERIALS IS FOB DESTINATION TO GUAM: 36 CES/CEHD Attn: Joseph Atalig Saipan Hall, Building 25007 Hansell Avenue Andersen AFB, Guam 96929. Submit your quote via email to SSgt Melissa Egeland at melissa.egeland.1@us.af.mil or to Robert Frandsen at email: robert.frandsen.1@us.af.mil as an alternate. Responses to this RFQ must be received via e-mail not later than 3:00 PM local time on Monday, 16 September 2013. Oral Quotes will not be accepted. Collect calls will not be accepted. The Government does not accept responsibility for non-receipt of quotes. It is the contractor's responsibility to request and receive confirmation of quote receipt. All firms must be registered in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--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. Specifically, the following cited provisions and clauses are applicable to this acquisition: 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; FAR 52.219-6, Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; 52.225-2, Buy American Act Certificate; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer; and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Additional provisions and clauses that apply to this acquisition are: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.233-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (Frederick Mark, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman, AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS). All quotes, questions, and any requests for more information must submitted in writing and be sent to SSgt Melissa Egeland at melissa.egeland.1@us.af.mil or to SSgt Robert Frandsen at robert.frandsen.1@us.af.mil as the alternate point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N4155713RC051CO/listing.html)
 
Place of Performance
Address: 36 CES/CEHD, Attn: Joseph Atalig, Saipan Hall, Building 25007, Hansell Avenue, Andersen AFB, Guam, 96929, Guam
 
Record
SN03169420-W 20130831/130830001421-7d41fbdc4bdc7a9d192265252e25f274 (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.