MODIFICATION
71 -- Display Board
- Notice Date
- 3/26/2012
- Notice Type
- Modification/Amendment
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3Z3901363A001
- Point of Contact
- Josiah Littrell, Phone: 8163987
- E-Mail Address
-
josiah.littrell@us.af.mil
(josiah.littrell@us.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. The solicitation number is F3Z3901363A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 effective December 9, 2011; Defense DCN 20120130 effective 07 January 30, 2012, and AFAC 2012-0104 effective 04 January 2012. This acquisition is set aside for small-businesses; The North American Industry Classification System (NAICS) code is 337211. The business size standard is 500 employees. The Federal Supply Class (FSC) is J099. The Standard Industrial Classification (SIC) is 2521. Travis AFB has a requirement for One each display boards IAW attached measurements. 0001-AA- One each display boards measuring 52"H x52"W it will have six Aluminum picture frames (9.5" x 11.5"). Each picture frame will be attached to display board with easily removable hardware. 1 each 52" X 52" #7018 Baltic fabric by Stratford laminated to 1/2" Gatorboard LARSON JUHL 565G WALNUT STAINEDROUNDED FRAME WITH LARSON JUHL 900G GOLD CORERS with picture frames and cast plaques attached. Installation NOT included. ATTACH 6 picture frames (9.5" x 11.5") Brushed Aluminum, photo corners on foam board, single white may, picture glass. ATTACH 1 Header cast plaque (AWARD WINNERS) (6" x 30") Gemini Inc. ATTACH 8 cast plaques ( 1ea ANNUAL, 1ea QUATERLY, 2ea SNCO, 2ea NCO, and 2ea AIRMAN)(2" x 10") Gemini Inc. The brand names mentioned in this solicitation are requested to ensure uniformity, but or equal will be considered. This solicitation has been modified to show that installation is NO LONGER required. Please bid accordingly. FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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: (i) technical capability of the service offered to meet the Government requirement IAW attached specifications. (ii) lowest price FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-6 Notice of Total SB Set Aside FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-50 Combating Trafficking in Persons; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive rders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to josiah.littrell@us.af.mil or fax to 707-424-5189 and offers NO LATER THAN 30 March 2012, 09:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email josiah.littrell@us.af.mil to confirm the quote was received. Point of contact is SSgt. Josiah Littrell, Contract Specialist, telephone 707-816-3897. Alternate POC is, MSgt. Nancy Ekblad telephone 707-424-7736.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3901363A001/listing.html)
- Place of Performance
- Address: 60th Contracting Squadron, 350 Hangar Ave.Bldg. 549, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02705782-W 20120328/120326235023-7fa64765d2b0c77ac57a90996995333f (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 |