Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2011 FBO #3588
MODIFICATION

71 -- CTK Storage/Handling System

Notice Date
9/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500, United States
 
ZIP Code
20762-6500
 
Solicitation Number
FA2860-11-T-0030
 
Archive Date
10/31/2011
 
Point of Contact
Martin S. McIntosh, Phone: 240-612-5662, Kellen Curry, Phone: 301-981-3393
 
E-Mail Address
martin.mcintosh@afncr.af.mil, kellen.curry@afncr.af.mil
(martin.mcintosh@afncr.af.mil, kellen.curry@afncr.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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), Reference Number is FA2860-11-T-0030. The solicitation document; incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, Defense Acquisition Circular (DAC) DPN20101216, and Air Force Acquisition Circular (AFAC) 2010-1027. This requirement is set aside 100% for small business. The North American Industry Classification System code is 337215, with a business size standard of 500 employees. CONTRACT LINE ITEM NUMBERS: CLIN 0001: SCOPE OF WORK: Contractor shall provide shipping, full service installation package, inside delivery of all components and trash removal after installation and a standard warranty of 1 year (12months). The winning vendor shall provide documentation of peformance or cost inscured prior to 30 September 2011 for this aqcuisition no later than 30 September 2011 to the Contracting Office. Delivery shall be no later than 45 days after contract award for the delivery of all material required for installation. Installation shall be completed within 14 Consecutive Calendar days from the date of delivery. CLIN 0002: Kompakt Movable Shelving System by Kardex Remstar, LLC High Density Movable Shelving System - See Attachment for parts description and model number. CLIN 0003: Non-permanent adjustable flooring system to be installed enabling the Kompakt Movable Shelving System by Kardex Remstar, LLC to be installed on a non-level, un-even surface but also able to be moved at a later time if needed. Installation Criteria: The area of installation is a non-level, un-even concrete surface. The modular Flooring System is needed to be installed on the area of installation before the Kompakt Movable Shelving System by Kardex Remstar, LLC is installed. The purpose of the Non-permanent adjustable flooring system is to provide an even and level surface to install the Kompakt Movable Shelving System by Kardex Remstar, LLC on top of. Specific requirements for this acquisition are stated in the attached brand name justification letter. Only written responses will be considered. Each offeror shall include in their respected proposals a price breakdown of materials and labor for CLIN 0001 and CLIN 0002 to be considered Technically Acceptable. Required delivery is located at Pearl Harbor Gate at Andrews AFB, MD 20762. Delivery shall be within 45 days after contract award, with 2 weeks (14 Consecutive Calendar Days) for the installation to be completed. FOB is destination and the resulting contract will be a firm fixed price. Basis for award is Lowest Price Technically Acceptable (LPTA). Partial quotes will NOT be accepted. Only one (1) award will be made as a result of this combined synopsis/solicitation. All offerors should timely notify the government of any changes in inventory and market availability that may preclude or delay performance of the delivery schedule and all any other terms and conditions stated herein. In addition, the government intends to make award (offer) to the responsive firm without discussions; prospective offerors are advised to submit their firm's best offer prior to the proposal (quote) closing date. However, the Government reserves the right to conduct discussions if deemed to be in its best interest. Offerors responding to this requirement must include a completed copy of the provisions at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (May 2011) or be registered with ORCA at http://orca.bpn.gov/, DFARS 252.212-7000, Offeror Representation and Certifications -Commercial Items (Jun 2005), and DFARS 252.225-7000, Buy American Act-- Balance Payment Program Certificate (Dec 2009) with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil. The following FAR clauses and provisions are incorporated by reference IAW FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) and remain in full force in any resultant purchase order: 52.211-6, Brand Name or Equal; 52.212-1, Instruction to Offerors - Commercial Items (Jun 2008), applies to this acquisition; 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Apr 2011) (DEVIATION). The following FAR clauses also apply to this combined synopsis/solicitation: 52.203-3 Gratuities (Apr 1984); 52.204-7 Central Contractor Registration (Apr 2008); 52.204-9, Personal Identity Verification of Contractor Personnel; 52.219-6, Notice of Total Small Business Aside (Jun 2003); 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); 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1998); 52. 223-5 Pollution Prevention and Right-to-Know (Aug 2003); 52-223-6, Drug-Free Workplace (May 2001); 52.225-1, Buy American Act--Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment and Vegetation (Apr 1984); 52.247-34, F.O.B. Destination (Nov 1991); 52.253-1 Computer Generated Forms (Jan 1991); 52.252-6, Authorized Deviations in Clauses (Apr 1984). The following DFARS clause applies to this combined synopsis/solicitation: 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alternate A Central Contractor Registration (Sep 2007); 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVATION) (Mar 2011) and the following DFARS clauses under paragraph (b) and (c): 252.225-7001, Buy American Act and Balance of Payments Programs (Jan 2009); 252.232-7003, Electronic Submission of Payment Request (Mar 2008); 252.247-7023, Transportation of Supplies by Sea, Alternate III (May 2002) 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000). The following DFARS clauses apply to this combined synopsis/solicitation: 252.232-7010 Levies on Contract Payments (Dec 2006); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009); 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007); 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.243-7001 Pricing of Contract Modifications. (Dec 1991); 252.246-7000 Material Inspection and Receiving Report (Mar 2008). In addition, vendors not registered with Central Contractor Registration are ineligible for award. Vendors may register at http://www.ccr.gov/. Vendors doing business with the Government must also register in the Wide Area Work Flow (WAWF) database. Registration can be completed at https://wawf.eb.mil/. Interested vendors must also register in the Online Representations and Certifications Application (ORCA) database. Vendors can complete their information at http://orca.bpn.gov/. All offers must be received no later than 23 September 2011, 12:00 p.m. Eastern Standard Time(EST) and must be able to respond to the information contained herein. Offers may be mailed to 11th Contracting Squadron, 1500 W. Perimeter, Suite 2780, JB Andrews AFB, MD, 20762, ATTN: A1C Martin S. McIntosh. Quotations should meet all instructions put forth in this combined synopsis/solicitation. All questions must be submitted, via email, no later than 12:00 p.m. EST on Monday September 21, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/FA2860-11-T-0030/listing.html)
 
Place of Performance
Address: 459th ARW/MXG, 3617 Patrick Avenue, Andrews AFB, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN02582998-W 20110921/110919235954-40e4caca159073108679d3f6cfc81972 (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.