SOLICITATION NOTICE
71 -- Security Safe
- Notice Date
- 5/3/2007
- Notice Type
- Solicitation Notice
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8751-07-Q-0300
- Response Due
- 5/18/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a solicitation for commercial items to be acquired under FAR 13 Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-07-Q-0300 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20070426. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set aside under NAICS code 337214 and small business size standard of 500 employees. This RFQ consists of the following items: Item 1: CLASS 6 SECURITY SAFE QTY: 8 DESCRIPTION: CLASS 6, TWO DRAWER, GSA APPROVED SECURITY SAFE W/X0-9 LOCK SPECIFICATIONS: COLOR BLACK OUTSIDE DIMENSIONS (INCHES): 28.25 H by 19.25 W by 28 D INSIDE DRAWER DIMENSIONS (INCHES): 10.25 H by 15.25 W by 24.75 D WEIGHT (LBS): 283 MUST BE A U.S. GOVERNMENT CLASS 6 CABINET THAT HAS BEEN APPROVED BY GSA UNDER FEDERAL SPECIFICATION AA-F-358H. MUST AFFORD THE FOLLOWING PROTECTION: 30 MAN-MINUTE AGAINST COVERT ENTRY, 20 MAN-HOURS AGAINST SURREPTITIOUS ENTRY, AND NO FORCED ENTRY REQUIREMENTS Item 2: CLASS 6 SECURITY SAFE QTY: 1 DESCRIPTION: CLASS 6, FIVE DRAWER, MULTI LOCK SECURITY SAFE W/ X0-9 LOCK SPECIFICATIONS: COLOR BLACK OUTSIDE DIMENSIONS (INCHES): 57.75 H by 19.25 W by 28 D INSIDE DRAWER DIMENSIONS (INCHES): 10.25 H by 15.25 W by 24.75 D WEIGHT (LBS): 298 MUST BE A U.S. GOVERNMENT CLASS 6 CABINET THAT HAS BEEN APPROVED BY GSA UNDER FEDERAL SPECIFICATION AA-F-358H. MUST AFFORD THE FOLLOWING PROTECTION: 30 MAN-MINUTE AGAINST COVERT ENTRY, 20 MAN-HOURS AGAINST SURREPTITIOUS ENTRY, AND NO FORCED ENTRY REQUIREMENTS Item 3: CLASS 6 CASTER BASE FOR SAFE QTY: 9 DESCRIPTION: CASTER BASE FOR SAFE SPECIFICATIONS: COLOR BLACK Item 4: SHIPPING The required delivery date is 20 June 2007. The place of delivery, acceptance and FOB destination point is AFRL/IF, Rome, NY. The provision at 52.212-1, Instructions to Offerors-Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Quotes are due at or before 3PM, 18 May 2007. Submit to: AFRL/IFKO, Attn: Jacquelyn Fleet, by facsimile to: 315-330-2555 or by email to jacquelyn.fleet@rl.af.mil. (b)(4) Submit a technical description of the items being offered. (b)(10) Past performance may be obtained by the Government from sources inside or outside the Government. Offerors are not required to submit past performance information. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within five (5) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation-Commercial Items (JAN 1999) applies. The Government intends to award a firm fixed price contract as a result of this RFP to the responsible offeror whose quote is the most advantageous based on price, technical capability, and past performance. All factors are of equal importance. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2006), and ALT I (APR 2002) if applicable, must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (k) of this provision and submit it with their offer/proposal. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), applies to this acquisition. The clause at 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (MAR 2007), applies to this acquisition. The clause at 252.212-7001 (DEV), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MARCH 2007), applies to this acquisition. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow ? Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The following provisions and/or clauses apply to this acquisition: 52.209-6, Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006). 52.219-6, Notice of Total Small Business Set-Aside (June 2003). 52.222-3, Convict Labor (June 2003). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007). 52.222-36, Affirmative Action for Workers with Disabilities (June 1998). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.233-3, Protest After Award (Sep 2006). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). 52.247-34, FOB Destination (Nov 1991). 52.252-2, Clauses Incorporated by Reference, with the following internet addresses filled-in: http://www.arnet.gov/far or http://farsite.hill.af.mil (Feb 1998). 52.252-6, Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (Apr 1984). 52.253-1, Computer Generated Forms (Jan 1991). 252.204-7004 (Alt A), Required Central Contractor Registration (NOV 2003). 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005). 252.225-7002, Qualifying Countries as Subcontractors (APR 2003). 252.232-7003, Electronic Submission of Payment Requests (MAY 2006). 252.247-7023, (Alt III) Transportation of Supplies by Sea (Alternate III) (MAY 2002).
- Record
- SN01286840-W 20070505/070503220709 (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 |