Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2004 FBO #0989
MODIFICATION

71 -- Spacesaver Mobile Shelving Systems for Air Force Survival School

Notice Date
8/9/2004
 
Notice Type
Modification
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403
 
ZIP Code
99011-9403
 
Solicitation Number
FA4620-04-Q-B030
 
Response Due
8/23/2004
 
Archive Date
12/9/2004
 
Point of Contact
Clinton Russell, Contract Specialist, Phone (509) 247-4885, Fax (509) 247-8685, - Dean Haskin, System Adminstrator, Phone (509) 247-8432, Fax (509) 247-8685,
 
E-Mail Address
clinton.russell-02@fairchild.af.mil, dean.haskin@fairchild.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 FA4620-04-Q-B030 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. The associated NAICS code is 337215 with a size standard of 500 Employees. The resulting purchase order shall be firm-fixed-price. The work to be accomplished under this contract includes, but is not limited to, providing and installing TWO EACH Brand Name or Equal Spacesaver High-Density Mobile Shelving Systems with a Synchro-Drive System for the United States Air Force Survival School Water Training Flight. Basic features for System #1 will include: - One (1) Single Faced Stationary Section - Four (4) Double Faced Mobile Carriages - One (1) Single Faced Stationary Shelving Range - Spacesaver 4-Post Shelving - File Dividers (2 per shelf) - High Pressure Laminate End Panels - Platform for Stationary Range - In-Rail Anti-Tips - Synchro Drive - Deck and Ramp - Tile or Carpet Basic features for System #2 will include: - Two (2) Double Faced Mobile Carriages - One (1) Single Faced Stationary Shelving Range - Two (2) Rollok Doors - Metal Backs - Carriage Lock - Spacesaver 4-Post Shelving - High Pressure Laminate End Panels - Platform for Stationary Range - In-Rail Anti-Tips - Synchro Drive - Deck and Ramp - Tile or Carpet A Site visit will be conducted on 16 August 2004 at 10:00 A.M. Attendance is recommended, but not mandatory. Please contact SSgt Clinton Russell or Dean Haskin by close of business on 11 August 2004 if you will attend the site visit. Criminal Background Check Provisions and Wide Area Work Flow requirements will be incorporated into the contract award. Also, invoicing and payments must be made utilizing the Wide Area Workflow-Receipt and Acceptance program https://wawf.eb.mil. The following Provisions and Clauses apply to this announcement: FAR 52.212-1, Instruction to Offerors--Commercial Items (Jan. 2004); Offerors submitting offers must also include descriptive literature that will demonstrate functional and product equivalency. FAR 204-7, Central Contractor Registration (Oct 2003), FAR 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Jul 1995), FAR 52.211-6, Brand Name or Equal (Aug 1999), FAR 52.212-3, Representations and Certifications—Commercial Items (May 2004) alternate I (Apr 2002); FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Oct. 2003); FAR 52.213-3, Notice to Supplier (Apr 1984), FAR 52.247-34, F.O.B. Destination (Nov 1991), DFAR 252.204-7003, Control of Government Personnel Work Product (Apr 1992), DFAR 252.243-7001, Pricing of Contract Modifications (Dec 1991), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (June 2004); under paragraph (b) the following clauses are incorporated: (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644), (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755), (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (E.O. 13126). (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), (25) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), (30) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration Oct. 2003)(31 U.S.C. 3332). DFARS 252.204-7004, Alternate A. Required Central Contractor Registration (NOV 2003) [Note: Lack of registration in the Central Contractor Registration (CCR), www.ccr.gov will make an offeror ineligible for award]. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2004); under paragraph (b) the following clauses are incorporated: DFAR 252.225-7001, Buy American Act and Balance of Payment Program (Apr 2003) (41 U.S.C. 10a-10d, E.O. 10582), DFAR 252.232-7003, Electronc Submission of Payment Requests (Jan 2004) (10 U.S.C. 2227), DFAR 252.247-7023, Transportation of Supplies by Sea (May 2002) ( X Alternate III)(May 2002)(10 U.S.C. 2631). Invoicing and payments must be made utilizing the Wide Area WorkFlow-Receipt and Acceptance program https://wawf.eb.mil. Quotes are due by 23 August 2004; NLT 4:00 P.M., Pacific Standard Time. Faxed or E-mailed quotations are allowed and will be considered. Quotes may be faxed, in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to Attn: SSgt Clinton Russell at (509) 247-8685, E-mailed to clinton.russell-02@fairchild.af.mil or mailed to 110 W. Ent St. Suite 200, Fairchild AFB, WA 99011-9403. Submit quotations in accordance with FAR 52.212-1 and include the following items: 1) Price and 2) Completed FAR 52.212-3 Representations and Certifications, with Alternates I and II (accessible at the Air Force FAR site http://farsite.hill.af.mil.) The anticipated award date is 30 August 2004. Point of Contact Clinton Russell, Contract Specialist. Phone (509) 247-4885, E-mail clinton.russell-02@fairchild.af.mil or Dean Haskin, Contracting Officer, Phone (509) 247-4869, E-mail bruce.price-02@fairchild.af.mil. Place of Performance Fairchild AFB, Washington NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/92CONS/FA4620-04-Q-B030/listing.html)
 
Place of Performance
Address: Fairchild AFB, Washington
Zip Code: 99011
Country: United States
 
Record
SN00640191-F 20040811/040809214243 (fbodaily.com)
 
Source
FedBizOpps.gov 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.