SOLICITATION NOTICE
71 -- MECHANICAL ASSIST STORAGE SYSTEM
- Notice Date
- 5/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
- ZIP Code
- 20373
- Solicitation Number
- DIAZ-F1AT13115A001-FST
- Archive Date
- 7/12/2011
- Point of Contact
- Kalen A Diaz, Phone: 2027677987, Daniel E. Huston, Phone: 2027677932
- E-Mail Address
-
kalen.diaz@afncr.af.mil, daniel.huston@afncr.af.mil
(kalen.diaz@afncr.af.mil, daniel.huston@afncr.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR FAR 12.603, Streamlined Procedures for Commercial Items, 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. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 05-24 are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far. The NAICS code is 337214, with a small business size of 500 employees. This is a 100 Percent Small Business Set Aside requirement; all qualified vendors are encouraged to submit a proposal. The United States Air Force request responses from qualified sources capable of providing mechanical assist document storage filing unit, and installation of storage filing unit. Line Items Required: CLIN Item QTY 0001 One movable document filing systems for approximately 4200 linear filing inches. NEW MECHANICAL ASSIST STORAGE SYSTEM Lot price for mobile unit described below includes. Two fixed carriage, 4.5 feet in length & 12" deep. Six movable carriages, 4.5 feet in length &24" deep. All track, ramp, decking & components for complete system. All shelving sections are 76-1/4" high with 6 tiers per section. Each tier has clear vertical opening at 11-1/4". System equipped with laminate end panels. Approximate capacity of system is 4,200 LFI (linear filing inches) Approximate total loaded weight of each system is 12,423 pounds. Overall height of the system is 81-3/4" 1 0002 Installation of storage/filing unit. 1 All inquiries and proposals/quotes regarding this requirement must be emailed to A1C Kalen Diaz @ kalen.diaz@afncr.af.mil. EVALUATION FACTORS FOR AWARD: This acquisition is for a 100% Small Business Set-aside. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (ie. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. LPTA Lowest Price Technically Acceptable; Price (all line items shall be priced) The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. QUOTE/PROPOSAL INSTRUCTIONS: Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. FAR Provisions & Clauses: FAR PROVISIONS INCORPORATED BY REFERENCE 52.207-2 Notice of Streamlined Competition, 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 Evaluation-Commercial Items, factors are: Technical and Price, 52.215-5 Facsimile Proposals. FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.212-3 Offeror Representations and Certifications-Commercial Items; Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text., 52.219-1 Alt I Small Business Program Representation, 52.222-22 Previous Contracts and Compliance Reports, 52-222-25 Affirmative Action Compliance, 52.252-1 Solicitation provisions Incorporated by Reference, 52.252-3 Alterations in Solicitation. FAR CLAUSES INCORPORATED BY REFERENCE: 52.212-4 Contract Terms and Conditions Commercial Items, 52.222-3 Convict labor, 52.222-21 Prohibition of Segregated Facilities, 52-222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-5 Pollution Prevention and Right to Know Information, 52.223-6 Drug-Free Workplace, 52.223-10 Waste Reduction Program, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.242-15 Stop-Work Order, 52.247-34 FOB Destination, 52.253-l Computer Generated Forms, 252.204-7004 (Alt A) Central Contractor Registration (52.204-7) Alternate A, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.246-7010 Levies on Contract Payments, 252.232-7000 Material Inspection and Receiving Report, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.212-5 Deviation (MAR 2011) Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.219-28 Post-Award Small Business Program Representation, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 52.252-6 Authorized Deviations in Clauses, 252.211-7003 Item Identification and Valuation, 252.212-7001 Contract Terms and Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.201-9101 Ombudsman, 5352.223-9001 Health and Safety on Government Installations, 5352.242-9000 Contractor Access to Air Force installations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/DIAZ-F1AT13115A001-FST/listing.html)
- Place of Performance
- Address: AFAA/DORF -F1AT13, 1500 WEST PERIMETER RD STE 4700 JB ANDREW, Andrews AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN02456382-W 20110527/110525234354-e415f332a969c0f77153b7638599e713 (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 |