MODIFICATION
71 -- Bulldog Shelving
- Notice Date
- 7/25/2011
- Notice Type
- Modification/Amendment
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8601-11-T-0184
- Archive Date
- 8/24/2011
- Point of Contact
- Karen Gibson, Phone: 937-522-4606
- E-Mail Address
-
Karen.Gibson@wpafb.af.mil
(Karen.Gibson@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- BULLDOG SHELVING - Solicitation FA8601-11-T-0184 The U.S. Air Force requires 22 Bulldog upright Frames per the specifications below. This is a BRAND NAME REQUIREMENT. 22 Bulldog Upright Frames - 42" deep x 144" high, 3"x3" post, tear drop design; capacity of 29,000 lbs, color: powder coat gray; 120 Bulldog Step Beams - 5.5 profile x 108" clear span; capacity of 10,000 lbs per pair; 120 Bulldog Wire Mesh Decks - waterfall style; 2.5" x 4" x 6-ga. Wire with (4) 13-ga. Reinforcing channels; capacity of 3,027 lbs each piece. The cost of shipping the shelving to Wright-Patterson AFB in Dayton, OH (45433) must be built into the quote. The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). This RFQ has one line item. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 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. The solicitation number is FA8601-11-T-0184 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, 5 Jun 2011. The associated North American Industry Classification System (NAICS) code is 337215. Size standard is 500 employees. Quotations shall be accompanied by a completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2011). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest price of the technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award on firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires and claims for payment (invoices) under DoD contract to 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. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2011) The clauses that are check marked as being applicable to this purchase are: - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.222-3 Convict Labor (Jun 2003); - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workerswith Disabilities (Oct 2010); - 52.225-1 Buy American Act - Supplies (Jun 2003); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) [end fill in for 52.212-5]; 52.247-34 FOB Destination 52.252-2 Clauses incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt) Required Central Contractor Registration (Sep 2007); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Jun 2011): The clauses that are check marked as being applicable to this purchase are: - 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001] The following AFFARS Clause, either by reference or fully text, applies to this acquisition: 5352.201-9101, Ombudsman (Mar 2010). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] The following local clauses will be included in subsequent award. Full text versions are available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions; STMNT NBR 03 Inspection and Acceptance; STMNT NBR 04 Invoice and Payment; STMNT NBR 08 For Base Supply Stock Fund Items Only; and STMNT NBR 12 Antiterrorism (AT) Awareness Training Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3 Representations and Certifications - October 2010 (Return with quotation, or register electronically in ORCA) 2. Minimum Requirements 3. Brand Name Justification Quotations AND completed representations and certifications, if not available in ORCA, are due by 11:00 am Eastern on Tuesday, 9 August 2011, to: Karen Gibson, ASC/PKOB E-mail: Karen.Gibson@wpafb.af.mil Mailing Address: ATTN: Karen Gibson ASC/PKOB 1940 Allbrook Drive Wright-Patterson AFB OH 45433 Questions should be directed to Karen Gibson at Karen.Gibson@wpafb.af.mil or 937-522-4606.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-11-T-0184/listing.html)
- Place of Performance
- Address: Wright-Patterson Air Force Base, Dayton, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02509634-W 20110727/110725235052-451a263cfb8b9b7e7e8ef31d5e43ec70 (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 |