DOCUMENT
71 -- Furniture for EOC - Drawing
- Notice Date
- 9/19/2008
- Notice Type
- Drawing
- NAICS
- 423210
— Furniture Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- F1D3A28248A001
- Archive Date
- 10/9/2008
- Point of Contact
- Lauren N Weitzel,, Phone: 301-981-3391, Shayla Canty ,, Phone: 301-981-2357
- E-Mail Address
-
lauren.weitzel@andrews.af.mil, shayla.canty@afncr.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Furniture for EOC Body of Synopsis/Solicitation to be entered. 1. FURNITURE TO UPGRADE ANDREWS AFB EMERGENCY OPERATIONS CENTER BLDG 3056. Request for Quotation (RFQ) F1D3A2828A001 DUE 24 Sept 2008, 4:00 pm Eastern Standard Time (EST). Point of Contact: A1C Lauren Weitzel, 301-981-3391, Contracting Specialist; Lt. Shayla Canty, 301-981-2357, Contracting Officer. 2. This RFQ has been set aside 100% to small business; all responsible sources may submit a quote (see Numbered Note 1). 3. 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. 4. This announcement constitutes the only RFQ; quotes are being requested and a written solicitation will not be issued. 5. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and Defense Acquisition Circular 20080212. 6. The North American Industry Classification System (NAICS) code is 423210 and the business size standard is 100 employees. 7. FAR 52.216-1 applies. The Government contemplates award of a firm fixed price service contract from this solicitation. 8. Contract Line Item Numbers (CLIN): CLIN 0001: Quantity/Units- 12 Each, Item description: Conference training desks CLIN 0002 Quantity/Units- 2 Each, Item description: Bookcase CLIN 0003 Quantity/Units- 1 Each, Item description: 90 degree workstation CLIN 0004 Quantity/Units- 21 Each, Item description: LAN, Power, Phone, Monitor Input CLIN 0005 Quantity/Units- 2 Each, Item description: 120 Degree workstation CLIN 0006 Quantity/Units- 5 Each, Item description: High Back Mesh Executive Chair CLIN 0007 Quantity/Units- 32 Each, Item description: Medium Back Mesh Chairs CLIN 0008 Quantity/Units- 20 Each, Item description: Stackable Side Chairs CLIN 0009 Quantity/Units- 1 Each, Item description: Installation CLIN 0010 Quantity/Units- 1 Each, Iten description: Shipping 9. In the event unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and purhase award purposes. 10. Period of Performance: CLIN 0001 – CLIN 0010: 28 Sept. 2008 – 28 Oct 2008 11. Provisions with addendum. (A) The provision at FAR 52.212-1, Instructions to Offerors – Commercial Items applies. Addendum to Paragraph (b)(10) – Delete entire paragraph. Substitute “Past Performance will not be evaluated.” Paragraph (d), Product Sample –delete entire paragraph. Paragraph (e), Multiple offers – delete entire paragraph. Substitute “Offerors shall submit one offer satisfying the requirements of this solicitation. Paragraph (h), Multiple Offers – delete entire paragraph. Substitute “Single Award. The Government plans to award to a single purchase order resulting from this solicitation.” (B) The provision at FAR 52.212-2, Evaluation – Commercial Item applies. Addendum paragraph (a), The Government intends to make a single award to the responsible contractor whose quote who can fulfill the entire required delivery requirement, in full compliance to all other requirements set forth in the RFQ, who offers the lowest price and most reliable delivery service. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. (C) The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items applies. Addendum to Paragraph (b), The following FAR clauses are incorporated by reference: 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 52.232-33 Payment by Electonic Funds Transfer_central Contractor Registration. (D) The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is 301-981-1910. (E) The provision at DFARS 252.212-7001 applies. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments. 12. Quoters are required to complete and include a copy of the following provisions with their quotes (copies may be obtained from the POC stated herein): FAR 52.212-3, Offeror Representations and Certifications – Commercials Items; DFARS 252.212-7000, Offeror Representations and Certifications – Commercials Items; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate. 13. In addition to the above, the following FAR clauses and provisions apply: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. 14. The following DFARS clauses and provisions apply: 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting. All prospective offerors must have a current registration in the Central Contractor Registration (CCR) to be considered for award. The Internet address for CCR is www.ccr.gov. This notice does not obligate the Government to award a contract, it does not restrict the Government’s ultimate approach not does it obligate the Government to pay for quotation preparation cost. 15. Contact A1C Lauren Weitzel at 301-981-3391 or e-mail lauren.weitzel@afncr.af.mil to obtain a solicitation handout. Proposals must be received no later than 4:00pm EST, 29 August 2008. Proposals can be mailed to: 316 CONS/LGCBB, ATTN: A1C Lauren Weitzel, 1535 Command Drive, E-202, Andrews AFB, MD 20748. Facsimile proposals will be accepted at 201-981-1910. PERFORMANCE WORK STATEMENT for Upgrade Andrews AFB Emergency Operations Center Bldg 3056 1. SCOPE: A. The contractor shall provide purchasing action and complete operational installation of all required items on this contract. B. The project site is: Emergency Operations Center 3056 E. Perimeter Rd. Andrews AFB, MD 20762 2. FURNITURE SPECIFICATION: A. This PWS establishes the minimum requirements for the acquisition and installation of complete and usable office furniture. All requirements and configurations shall be in accordance with the furniture layout shown in the attached drawings and the specifications below. The completed installation shall comply with American Disabilities Act Accessibility Guidelines and OSHA requirements. a.Fabric: 1.Finish- Scotch-Guard 2.Trim- Black, blue, or gray 3.Color- Black, blue, or gray b.Upholstery: 1.Foam- High Density c.Furniture: 1.Type- Wood or plastic 2.Color-Black, blue, or gray 3.Chairs- Swivel, tilt, high back, and low back 4.Padding/Chairs- Mesh (Back), Mesh/Fabric (Seat) d.Dimensions 1.See drawing B. The Contractor shall provide actual samples for all finishes and fabrics. C. WARRANTY. The Contractor shall provide manufacturer's standard warranty against premature wear, color fade or staining from normal office staining agents and all other applicable warranties 3. DELIVERY, STORAGE AND HANDLING. The Contractor shall be responsible for the receipt, storage, and handling of all materials and supplies necessary to provide a complete and fully operational installation. A. Delivery location: Emergency Operations Center 3056 E. Perimeter Rd. Andrews AFB, MD 20762 B. Storage Requirements/Expectations: The contractor shall confine all apparatus and the operation of the work force to the project site. All furniture and equipment will be delivered to the site at the time of use. All furniture and equipment shipped early will be stored off base, in a weather or vandal and theft proof storage facility, until ready for installation. The Contractor shall provide heated and weather protection enc1osures as required to protect furniture from damage due to warping, staining, moisture condensation or any other environmentally induced damage. C. Contractor Examination Requirements: The contractor shall examine new furniture for damage or blemishes. Reject all substandard items. The contractor shall check the furniture for completion of the orders and for correctness of the shipment. Correct all problems promptly to ensure a smooth and timely installation. D. Delivery: The contractor shall delivery systems furniture, 15 September 2008, unless otherwise contacted for earlier or later delivery and installation. 4. PROJECT CONDITIONS. All deliveries shall be coordinated through the user, and Base Security Police, as appropriate. 5. INSTALLATION: A. The contractor shall be responsible for verification of site dimensions and conditions. Discrepancies shall be noted prior to the beginning of the installation. B. Installation, including aisle widths and clearances will be in compliance with the Life Safety Code and American Disabilities Act Accessibilities Guidelines (ADAAG). C. The Contractor shall provide a crew experienced in installation of the required items and capable of meeting the contract requirements. D. Installation of all items is to be in accordance with manufacturers' recommendations and instructions. E. All items and accessories are to be installed plumb, level, square, and with proper alignment with adjoining furniture. F. The Contractor shall clean, polish and inspect all install items and accessories for proper installation and free of defects. If damaged, contractor is responsible for replacement at no additional cost to the government. G. The Contractor shall remove all packing materials and installation residue from the project site and the Base at the end of each day. H. Upon completion of installation, the Contractor shall leave the project site in a neat and clean condition. Attachment 1: EOC Layout Requirements:
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=84440652520b7cc1acbf3fbd11c74646&tab=core&_cview=1)
- Document(s)
- Drawing
- File Name: Drawing EOC room with furniture layout (drawing.doc)
- Link: https://www.fbo.gov//utils/view?id=dc4c2e53648f35a1588e7a0f4b960b6a
- Bytes: 231.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Drawing EOC room with furniture layout (drawing.doc)
- Place of Performance
- Address: BLDG 3056, ANDREWS AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN01676434-W 20080921/080919221436-84440652520b7cc1acbf3fbd11c74646 (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 |