Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

72 -- Blackout Drapes

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314121 — Curtain and Drapery Mills
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3G3CJ0203AG01
 
Archive Date
10/1/2010
 
Point of Contact
Stephen M. Colton, Phone: 702-652-9576
 
E-Mail Address
Stephen.Colton@nellis.af.mil
(Stephen.Colton@nellis.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SOLICITATION #: F3G3CJ0203AG01 This combined synopsis/solicitation is issued as a Request For Quotes NAICS: 314121 This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside. SBA Size Standard: 500 employees Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001: Blackout Drapes 144 EA. The minimum salient characteristics are defined below. Lined Blackout Drapery with a high quality poly-cotton blend fabric lining for 144 individual dorm room windows. One window per room. The inside dimensions of the drywall enclosure around the window is 47" in Width X 57" in Height. Style will be grommet and rod in a manner to combat light penetration for daytime sleepers. Drape Specs: Drapes to be fabricated from Navy fabric, lined with Blackout fabric. Grommets are to be used in the reinforced header. Drapes are to be installed on Black Rods with decorative finial Ball type end. Finished product is to be such that it will combat light penetration for daytime sleepers. Drapes are to cover windows that are 47" in width and 57" height. Fullness to be 1.5 times. Hems are to be 2.5" +.25". Side Hems are to be 2"+.25" and are to encase the lining. Drapes are to hang evenly. The Header is to encase the 3" Buckram and lining fabric with a turned under 1" edge. There are to be no visible seams in the fabrics. Fabric to be Poly Cotton Blend Color: Navy Lining Fabric to be Blackout Poly Cotton blend Color: White Header to be 3" reinforced, Standard Weight, sew on. Grommets to be Dull Black Chemical finish to be compliant with Mil Spec MILG16491. Grommets are to be spaced equidistant on the header starting 1.5" from leading edge and ending 1.5" before the trailing edge. CLIN 002: Professional & sturdy installation of the above drapes. Professional and sturdy installation of 144 drapes. Contractor will include pricing for all labor, parts, tools & materials, meaurements, shipping and installation of drapes. Contractor will remove the old drapes, rods, brakets, etc. Contractor will provide for the off site disposal of the old drapes (a similar item) and repair/fill/refinish/paint/resurface wall area of minor holes associated with the installation of the old drapes and blinds. As the only window in the residents room, drapes have unusually high use. Fabric, liner, and quality installation methods must be utilized and able to withstand years of high use. Installation is to be completed with sturdy brackets. Attaching hardware and Installation method will adequately and securely attach to wall and maintain drape weight and heavy use. Installation will ensure that the drapes will be able to withstand extremely high use. 1 Yr warranty will apply to installation and attaching hardware security. Installation will be in an occupied building with furniture in each room. Accommodations will be made for appropriate access to the windows where the drapes are to be installed. Contractor will need to provide at least 2 weeks notice before installation is to begin in order to give the current dorm residents enough time to prepare. This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures. The following provisions and clauses (current through FAC 2005-43 effective 02 August 2010) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, 52.232-33 - Payment by EFT - CCR,, FAR 52.247-34 - FOB Destination, FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, AFFARS 5353.201-9101 - Ombudsman IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to stephen.colton@nellis.af.mil no later than 16 September 2010 4PM Pacific. The anticipated award date will be by 23 September 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G3CJ0203AG01/listing.html)
 
Place of Performance
Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02270653-W 20100909/100908062958-19a0fd845cc68cc42fdc5c9e92ed3f0b (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 |
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.