DOCUMENT
71 -- Passenger Terminal Seating - Combined Synopsis Solicitation
- Notice Date
- 9/19/2008
- Notice Type
- Combined Synopsis Solicitation
- NAICS
- 423210
— Furniture Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5015, United States
- ZIP Code
- 62225-5015
- Solicitation Number
- F3S3218182A002
- Archive Date
- 10/9/2008
- Point of Contact
- Matthew K. Hagan,, Phone: 6182569253, Marcia (Cindy) G Wuebbels,, Phone: 618-256-9308
- E-Mail Address
-
matthew.hagan@scott.af.mil, marcia.wuebbels@scott.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The 375th Contracting Squadron at Scott AFB IL is contemplating an award for the purchase of passenger terminal seating and tables. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3S3218182A002, it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-26, effective 12 Jun 08, and the Defense Federal Acquisition Regulation Supplement DCN 20080812 Edition. (iv) This acquisition is set-aside 100% for small business under North American Industry Classification System (NAICS) code 337127. The small business size standard is 500 employees. (v) CLINS: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 15 Each _______ ________ Passenger Terminal Seating FFP Pacifica 5 seat unit with cushions, with 6 armrest and 2 legs. NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Each _______ ________ Freight FFP Pre-paid to dock. NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 15 Each _______ ________ Tables FFP Perforated steel metallic grey powder coated finish attached to 5 seats. NET AMT NET AMT TOTAL FOR ALL CLINS COMBINED: ______________________ PROVIDE PRICING ON EACH OF THE CLINS WITH YOUR RESPONSE TO THIS RFQ. (vi) The products to be provided are Brand Name or Equal. If quoting "Are Equal", must provide the characteristics of the "Are Equal" for review. Listed below are the salient characteristics of the Passenger Terminal Seating and Table to met our specs. Specifications: One piece unit in 3 mm (.12 in.) thick S-37 burnished steel plate perforated using a 7/7 mm, (.25/.25 in.) triangular drill, R-20 edges. Finish: antioxidising chromo-phosphate primer followed by a thermo-lacquer epoxy-polyester resin coating, 80-100 microns thick for interior use or a pure polyester coating, 90-120 microns thick for exterior use, RAL range of colors. Metallic Silver is the standard frame finish. Available with flexible upholstered polyurethane CFC free foam cushions; upholstered with a layer of Boatexa foam 20 mm (.78 in.), upholstery fire retardant vinyl. Standard weight 34.0 ounces per linear yard. Nominal thickness.045 in. Abrasion resistance, no significant wear after 200,000 double rubs with #3 cotton duck via Wyzenbeek test method, anti-bacterial and anti-microbial treatments applied, sulfide stain resistant, oil resistant. 2. METALLIC FRAME Specifications: The Pacifica System is based upon the beam frame concept, whereby Legs are mounted to beams. Seats and tables are also mounted along the beam as designed. The system consists of beams for 2-6 seat units. Seats and tables can be mounted at any location along the beam. Tables 3 mm (.12 in.) thick S-37 burnished steel plate perforated using a 7/7 mm, (.25/.25 in.) triangular drill, R-20 edges. 2.2 The frame finish is free of any harmful material and lead free. 2.3 The Pacifica seating system was designed for maximum safety. The design meets or exceeds the DIN & BIFMA/ANSI standards for safety. There are no sharp edges or corners on any of the component parts. A child's head, arms, legs or fingers cannot become accidentally trapped in any areas of the seat. 2.4 The shape of the feet is flowing and smooth on all surfaces. This allows for easy cleaning of the floors underneath. 2.5 The legs and armrests are die cast aluminum according to UNI 38256. The chemically inert oxide layer coating the anodisate gives very high resistance to corrosion under both normal and marine atmospheric conditions. The L-2560-60 alloy is noted for its excellent casting fluidity and pooling qualities, as well as like other copper-free AL-SI alloys, for its outstanding resistance to corrosion, whether from water or many chemical compounds. The legs have adjustable leveling glides for floor attachments 2.6 The shape of the feet does not have any hidden parts or groves that would make it difficult to clean and maintain. 2.7 Arms can be installed as follows: Left arms, Right arms, Both arms, End arms. All seats can be specified with arms in any location. Arms are mounted to the seat unit. 3.0 SEAT AND BACK CUSHIONS 3.1 Seat and back cushions can be replaced without disconnecting the seat from the beam, and without moving the unit. Maintenance is easy with standard hand tools. Polyurethane CFC free foam, Vinyl thickness.045 in., weight 34 oz per lin yard. Anti-bacterial/anti microbial treatments, anti-static treatment, oil resistant, sulfide stain resistant, -25° F cold crack resistance. Test: FAA Reg 25.853 and Appendix F, part 1. Federal Spec CCC-A-700J, UFAC Class 1, Federal Std 191A test method 5903.1 4.0 MAINTENANCE-SPARE PARTS 4.1 Pacifica seating systems are designed so all parts are easily replaceable without having to disassemble the legs or mounting beam. All components are independent of one another. None of the seating components or tables mounts to each other side to side. All components are mounted directly to the main beam. Spare seat and back cushions will be supplied, with the order. 5.0 TESTING 5.1 All seating is manufactured to ISO 9001 standards. Beam Specifications with all arms. 2 seat 50.75 in 3 seat 74.75 in 4 seat 98.75 in 5 seat 122.75 in 6 seat 146.75 in (vii) The Government desires FOB Destination, Scott AFB, IL (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number ______________________________________________________ 2. TIN Number ________________________________________________________ 3. CAGE Code _________________________________________________________ 4. Contractor Name ______________________________________________________ 5. Payment Terms (net 30) or Discount ______________________________________ 6. Delivery Date _________________________________________________ 7. Business Size (i.e. small, women-owned, etc.)_______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _________________________________________________________ 10. Email address________________________________________________________ 11. FOB (destination or origin)_____________________________________________ 12. GSA Schedule number, if applicable to this requirement ______________________ TECHNICAL CAPABILITY INFORMATION: Provide descriptive literature that details the characteristics of the products offered and the Warranty of the product. This information will be used to determine the technical acceptability of the products offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criteria is: LOWEST PRICE TECHNICALLY ACCEPTABLE. (x) OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND DFARS 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies. The following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside; 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 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6, Brand Name or Equal FAR 52.223-5, Pollution Prevention and Right-To-Know; FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; 52.219-28 - Post-Award Small Business Program Rerepresentation (June 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. (End of clause) 52.222-22-Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Provision) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) In accordance with DFARS 252.204-7004, Alternate A, Central Contractor Registration, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xiv) N/A (xv) N/A (xvi) Quotes are due to: By mail: 375 CONS/LGCB Attn: Amn Matthew Hagan 201 E Winters St Bldg 50 Scott AFB IL 62225-5015 By fax: 618-256-5237 Attn: Amn Matthew Hagan By email: matthew.hagan@scott.af.mil QUOTES ARE DUE NO LATER THAN 01:00 P.M. CST ON 24 SEP 08 PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 125 calendar days from the date specified for receipt of quotes. (xvii) The point of contact for this acquisition is Amn Matthew Hagan: phone 618-256-9253; fax 618-256-5237; e-mail matthew.hagan@scott.af.mil. In the event this individual is not available, contact Ms. Marcia Wuebbels: phone 618-256-9308; fax 618-256-5237; e-mail marcia.wuebbels@scott.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dd2b6315386d53843529735bca5725fd&tab=core&_cview=1)
- Document(s)
- Combined Synopsis Solicitation
- File Name: Combined Synopsis Solicitation (synop-solic.doc)
- Link: https://www.fbo.gov//utils/view?id=4c9ca4b4e5c30d9822cad9256f862de8
- Bytes: 75.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Combined Synopsis Solicitation (synop-solic.doc)
- Place of Performance
- Address: 102 S. ADAMS ST, BLDG 4001, Scott AFB, Illinois, 62225, United States
- Zip Code: 62225
- Zip Code: 62225
- Record
- SN01675931-W 20080921/080919220341-dd2b6315386d53843529735bca5725fd (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 |