SOLICITATION NOTICE
72 -- Purchase and install roller shades for windows in three dining facilities - Performance Work Statement
- Notice Date
- 3/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337920
— Blind and Shade Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Lackland AFB - 802th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- 11TC268
- Archive Date
- 3/31/2011
- Point of Contact
- SFC Jessica Lanuto, Phone: 210-925-9123, Audra L. Novatnak, Phone: 210-925-9125
- E-Mail Address
-
jessica.lanuto@us.af.mil, audra.novatnak.1@us.af.mil
(jessica.lanuto@us.af.mil, audra.novatnak.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement This is a combined synopsis and 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as 100% Small business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-48 released 20110131 and DFARS Change Notice 20110302. The North American Industry Classification System (NAICS) code is 337920 and the size standard is 500 employees. The small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. REQUIREMENTS: Site visit is required for exact measurements of facilities. This is a Brand Name or equal requirement for roller shades and installation to include removal and off-site disposal of existing window treatments. Justification: The Air Force needs durable, quality roller shades for three separate dining facilities' windows. QUOTE REQUIREMENTS: Quotes should include delivery date, discount terms, DUNS, tax identification number, and Cage code. Quotes must also be submitted on an all or none basis and contain product specifications addressing characteristics such as quality/durability, materials each item is made of, compatibility, etc. Specifications shall meet all criteria listed in the item description. FOB: For delivery and installation to three dining facilities on Lackland AFB, TX 78236-5253. The government will award a contract resulting from this solicitation to the lowest priced, responsible offeror that is capable of both delivery and install. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http:/www.ccr.gov. Item Description Qty Unit Price Total Price 0001 Hunter Douglas Green Screen roller shades, 30 $ $ Pattern - Eco, color: Pewter, no substitutions. 3% openness factor, 100% Polyester (pvc free), NFPA 701-99 (small scale). Installation in Bldg 7532, Amigo Inn. Approximate sizes: 6 ea - 71"W x 120" L; 6 ea - 96" W x 120" L; 2 ea - 36" W x 120" L; 2 ea - 72" W x 36 " L; 4 ea - 63" W x 120". Two unknown approx sizes. Removal and disposal of existing window treatments. 0002 Hunter Douglas Green Screen roller shades, 26 ea $ $ Pattern - Eco, color: Pewter, no substitutions. 3% openness factor, 100% Polyester (pvc free), NFPA 701-99 (small scale). Installation in Bldg 10175 Mesquite Dining Facility. Approximate sizes: 26 ea - 70 3/4"W x 60" L. Removal and disposal of existing window treatments. 0003 Hunter Douglas Glacier Screen roller shades, 18 ea $ $ pattern 1005, Color: White/Linen, no substitutions. 5% openness Factor, 78% pvc, 22% polyester, NFPA 701-99 (small scale). Silver nano sterilization verified for Anti-microbial performance. Installation in Bldg 10810, 1180 Femoyer Street. Approximate sizes: 37 ½"W x 102" L 3 ea 44"W x 101 1/4" L 2 ea 46"W x 101 ¼" L 2 ea 44 ¾"W x 101 ¾" L 2 ea 37 ¼" W x 101 ½ " L 2 ea 45" W x 101 1/4" L 3 ea 44 ¾" W x101 ¼ " L 1 ea 37 ¾"W x 101 ½ "L 1 ea Removal and disposal of existing window treatments. 0004 Delivery to Lackland AFB TX 78236-5253 1 lot $ S TOTAL COST $ _______ The following provisions apply to this solicitation. They can be found at http://farsite.hill.af.mil. FAR 52.211-6 -- Brand Name or Equal FAR 52.212-1 - Instructions to Offerors - Commercial Items. Interested parties may submit a written offer in accordance with FAR 52.212-1. Offers submitted orally will not be accepted. Your offer must include discount terms, delivery date, tax identification number, CAGE code, and DUNS number. To be eligible to receive an award resulting from this RFQ, offerors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please apply via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Offerors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/. FAR 52.212-2 - Evaluation - Commercial Items. (Jan 1999). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is as important as price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. Site visit is scheduled for 11 Mar 11 at 1:00 PM CST at Lackland AFB. If attending the site visit, e-mail the name, birth date, and driver's license number with issuing state of all attendees in the party to SFC Jessica Lanuto (jessica.lanuto@us.af.mil) no later than 10 Mar 11 at 1:00 PM CST. The site visit will begin at Bldg 10810 (live Oak) then to 10175(mesquite Inn) then last stop at 7532 (amigo Inn). Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Written offers are due no later than 16 Mar 2011, 12:00 p.m. Central Standard Time (CST). Offers must be emailed to Jessica.Lanuto@us.af.mil or mailed to 802 CONS/LGCB Attn: SFC Jessica Lanuto, 1655 Selfridge Avenue, Lackland AFB TX 78236-5253, faxed to (210) 671-1199, or. E-mail is the preferred method. Please be advised that the Government will treat proposals received after the deadline as late in accordance with FAR 52.212-1(f).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/11TC268/listing.html)
- Place of Performance
- Address: Lackland AFB, TX 78236, San Antonio, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN02395977-W 20110310/110308234517-65c9f4a3fdba8d941cc0765862762ada (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 |