SOLICITATION NOTICE
71 -- AVIATOR'S BRIEFING ROOM CHAIRS
- Notice Date
- 9/14/2005
- Notice Type
- Solicitation Notice
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Naval Construction Battalion Center, CBC Code 520 2401 Upper Nixon Road, Gulfport, MS, 39501-5001
- ZIP Code
- 39501-5001
- Solicitation Number
- N62604-05-Q-U503
- Response Due
- 9/29/2005
- Archive Date
- 10/14/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and Class Deviation 2005-o0001. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation N62604-05-Q-U503 is issued as a request for quotation(RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP). This acquisition is 100% Set Aside for Small Business. The North American Industry Classification System Code is 337214, small business size standard is 500 employees. There is one line item. Line Item 0001: 20 EA ? CHAIR, aviator?s briefing room, laminate folding stowable writing tablet, locker in base, all cast aluminum chair components, baked enamel finish, artificial leather upholstery. Dimensions: 27? W extends to 43? depth with seat fully reclined, 40? H when erected. Powdercoat: 27038 Black. Upholstery fabric: Artificial Leather US-384 Sand. Turnbull Enterprises Model Number 564-201 or equal. FAR 52-211-6 Brand Name or Equal, is applicable. Offers of ?equal? products must meet the salient physical, functional or performance characteristics; shall clearly identify the item by brand name, make or model number, and include descriptive literature such as illustrations, or drawings, to clearly describe the product(s) offered. Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. Delivery shall be FOB Destination Camp Lejeune, NC 28547 on or around 1 July 2005. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial, 52.212-2 Evaluation ? Commercial Items. NCBC will use the following factors to evaluate quotes, in descending order of importance: A. Technical capability of the item offered to meet the Government requirement and B. Price. The Government reserves the right to make award of the initial offer received without discussions. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and technical capability considered. Companies wishing to respond to this solicitation must be in compliance with FAR 52.204-7, Required Central Contractor Registration (CCR). The Internet site for registering in the CCR is http://www.ccr.gov. Companies wishing to respond to this solicitation must provide this office with the following: A price quote, submitted on your company letterhead or your standard company quotation forms, for the requested items showing SOLICITATION NUMBER, UNIT PRICE, EXTENDED PRICE, FOB, PROMPT PAYMENT TERMS, DELIVERY TIME. OFFERS MUST BE SIGNED. Each offer shall include a completed copy of the provisions at FAR 52.212-3 and DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items, their DUN & BRADSTREET CODE, Commercial and Government Entity (CAGE) Code and Tax Identification Number (TIN). Those companies not in possession of the provisions in full text may access them at http://farsite.hill.af.mil. The contract clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items is incorporated by reference and applies to this acquisition. The clauses at FAR 52.212-5 and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, apply to this acquisition. The following additional FAR and DFARS clauses cited in these clauses are applicable: 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the items listed in the schedule. ALL QUESTIONS CONCERNING THIS RFQ MUST BE SUBMITTED IN WRITING, NO TELEPHONIC RESPONSES WILL BE PROCESSED. Questions should be emailed to Carmen.Urbati@navy.mil or faxed to 228-871-3212/2691 by 23 September 2005, 2:00 p.m. Facsimile quotations acceptable, FAX 228-871-3212/2691, email Carmen.Urbati@navy.mil by 29 September 2005, 2:00 p.m. No oral quotations will be accepted. All responsible sources may submit a quotation, which shall be considered. See Note 1.
- Place of Performance
- Address: 1431 Baker Road, Virginia Beach, VA
- Zip Code: 23455
- Country: USA
- Zip Code: 23455
- Record
- SN00895297-W 20050916/050914212741 (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 |