Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
SOLICITATION NOTICE

72 -- Dorm Mattresses - Statement of Work (Queen) - Statment of Work (TWIN XL)

Notice Date
9/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337910 — Mattress Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T2AR5261A003
 
Archive Date
10/10/2015
 
Point of Contact
Wilbert Glay, Phone: 850-882-9379
 
E-Mail Address
wilbert.glay.1@us.af.mil
(wilbert.glay.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
TWIN XL Mattress SOW QUEEN Mattress SOW This is a Brand Name or Equal Solicitation. The Air Force Test Center, Operational Contracting Division, Eglin Air Force Base (AFB), FL, intends to solicit and award a firm-fixed price contract for Simmons Beautyrest Rechange Marquee Mattresses OR EQUAL at Eglin AFB, Florida. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented by subpart 13.1 and additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is Request for Proposal number F1T2AR5261A003. This proposed contract is being set-aside as a 100% Small Business Set-aside. The North American Industry Classification Systems (NAICS) Code proposed for the requirement NAICS 337910 and the small business size standard is 500 Employees, effective July 14, 2014. Potential offerors must be registered under the advertised NAICS code in order to bid. In accordance with the FAR Subpart 13.106-1(a)(2), offerors are notified that the award will be made to the offer that provides the best value to the Government after consideration of the price and technical aspects of the offer that support the requirements. This acquisition will utilize Lowest Price Technically Acceptable for evaluation by evaluating offerors on meeting the requirements outlined in the SOW. Offerors must submit quotations for all items listed in the Statements of Work (SOW). Partial offers will not be considered for award. Requirement: CLIN 0001: Simmons Beautyrest Classic Marquee 250 Luxury Firm w/ EverNU Zip-Off Top in Twin XL OR EQUAL; Qty 248 EA. See attached Statement of Work for Minimum Technical Requirements. CLIN 0002: Simmons Beautyrest Classic Marquee 250 Luxury Firm w/ EverNU Zip-Off Top in Queen OR EQUAL; Qty 144 EA. See attached Statement of Work for Minimum Technical Requirements. Offerors are reminded that as a minimum, offers must show a technical description of the items/services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary in accordance with FAR Subpart 52.212-1(b)(4). Quoted price should include FOB Destination and be valid through 30 October 2015. Required delivery date is no later than 90 days After Receipt of Order. Expedited delivery schedules accepted and encouraged. The provisions and clauses incorporated in this notice and it's attachments are those in effect through Federal Acquisition Circular 2005-83 effective 03 Sep 2015, DFARS DPN 20150826 effective 26 Aug 2015, and AFFARS current thru AFAC 2015-0406 effective 06 April 2015. They may be accessed via the internet at http://farsite.hill.af.mil. The following provisions and clauses are applicable: • FAR 52.204-7 System for Award Management • FAR 52.204-9 Personal Identity Verification of Contractor Personnel • FAR 52.204-19 Incorporation by Reference of Representations and Certifications • FAR 52.212-1 Instructions to Offerors - Commercial Items • FAR 52.212-3 Alternate 1, Offerors Representations and Certifications - Commercial Items Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. • 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. • FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) • FAR 52.219-28, Post-Award Small Business Program Representation (Apr 2012) • FAR 52.222-3, Convict Labor (Jun 2003) • FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) • FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) • 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, Restrictions on Certain Foreign Purchases (Jun 2008) • FAR 52.233-1, Disputes (July 2002) • FAR 52.233-3, Protest After Award (Aug. 1996) • FAR 52.246-2, Inspection of Supplies-Fixed Price (Aug 1996) • FAR 52.247-34, F.O.B Destination (Nov 1991) • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) • FAR 52.222-25 Affirmative Action Compliance • FAR 52.219-1 -- Small Business Program Representations • FAR 52.252-1 Solicitation Provisions Incorporated by Reference • FAR 52.223-5 Pollution Prevention and Right to Know • FAR 52.223-6 Drug-Free Workplace • FAR 52.232-39 Unenforceability of Unauthorized Obligations • FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors • FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation • FAR 52.243-1 Changes - Fixed Price Alt II • 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 Compensation of Former DoD Officials • DFARS 252.204-7003 Control of Government Personnel Work Product • DFARS 252.204-7004 Alternate A, System for Award Management • DFARS 252.204-7006 Billing Instructions • DFARS 252.204-7011 Alternative Line Item Structure • DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting • DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors • DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials • DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns • DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports • DFARS 252.232-7010 Levies on Contract Payments • DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions • DFARS 252.243-7001 Pricing of Contract Modifications • DFARS 252.244-7000 Subcontracts for Commercial Items • DFARS 252.247-7023 Transportation of Supplies by Sea • AFFARS 5352.201-9101 Ombudsman • AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) • AFFARS 5352.242-9000 Contractor Access to Air Force Installations Incorporated by full text: • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (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) Please provide a response to clause DFARS 252.209-7999 with your quotation. There is no Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition. Prospective offerors must be registered in the System for Award Management (SAM). Registration can be completed by going to https://www.sam.gov/portal/public/SAM/#1 and completing the registration process. Please provide DUNS and/or Cage Code on the response to this solicitation. Responses to the Request for Proposal must be received no later than 03:00 P.M. CST on 25 September 2015. Respondents shall include a Point of Contact (POC) to include name, position, telephone number, and email address. Please forward any questions and responses to SrA Wilbert Glay at Wilbert.glay.1@us.af.mil. The Government reserves the right to cancel this solicitation, whether before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/321839bc727faa1897f1d7fbaace6a54)
 
Place of Performance
Address: Eglin AFB Dorms, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03898516-W 20150924/150923000120-321839bc727faa1897f1d7fbaace6a54 (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.