Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SOLICITATION NOTICE

71 -- Controlled Area Badge Containers & Wall Mounted Storage Units

Notice Date
7/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
127 MSC, Contracting Division, 43200 Maple Street, Building 105, Selfridge Air National Guard Base, MI 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB12T8002
 
Response Due
7/19/2012
 
Archive Date
9/17/2012
 
Point of Contact
Daniel Taliaferro, 2699693364
 
E-Mail Address
127 MSC
(daniel.taliaferro@ang.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 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. (I)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. (II) Solicitation W912JB-12-T-8002 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-36. (IV) This acquisition is reserved for a Small Business concerns; however, in the event that no Small Business concerns can meet the requirement the set-aside will be withdrawn and an award will be made to a Large Business. The associated NAICS code for this acquisition is 337215, standard industrial classification 2426, small business size 500 employees. (V)This is a firm fixed price requirements type contract for contractor to provide controlled area badge containers & wall mounted storage units for 217 AOG at Battle Creek Air Guard Base, MI with the applicable minimum salient characteristics listed below. (VI) SCHEDULE OF SUPPLIES/SERVICES CLIN 0001: Badge Container (Qty 5 Ea): 28" W x 8.25" D x 20" H; adjustable outside depth from 7.25" to 8.25"; inside depth of 6" to 7"; numbered code lock with three programmable security codes; dark cherry color finish; two front corners of brushed aluminum; front frame with locking membrane-pressed door; flip-down desk 14.5" D x 23.5" W with 50 lbs weight capacity. CLIN 0002: Wall mounted storage unit (Qty 5 Ea): 35.5" W x 7" D x 27.5" H total size; 30 divided inside storage boxes with inside size 5" W x 6" D x 5" H; case & vertical dividers straight to be 45 lb density particle board; 3/4" thickness; all surfaces to be horizontal grade woodgrain laminate 1/16"; all horizontal dividers to be 1/4" tempered hardboard; all necessary wall mount hardware. CLIN 0003: Installation and Package Removal of CLINs 0001 and 0002. (VII) FOB Point is Destination Delivery Date is NLT 60 days ADC. Offerors quotes MUST include pricing, list of part numbers/description, quantity, & warranty period according to each individual CLIN. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) The government intends to award a contract to the lowest priced technically acceptable offeror. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in the best interest of the Government. (X) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. (XI) The following clauses in their latest editions apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. (XII) The following provisions in their latest editions apply to this procurement: FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.204-7, Central Contractor Registration 52.212-4, Contract Terms and Conditions - Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222.41, Service Contract Act 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, Central Contractor Registration 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate (XIV) N/ A. (XV) All information relating to this solicitation, including changes/amendments, questions and answers will be posted on the following website: (www.fbo.gov). Formal communications (such as request for clarifications and/or information) concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in the plans section in a document titled "Questions and Answers". Offerors are requested to submit questions to the E-mail address noted below by no later than 4:00 P.M. EST, 17 July 2012. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Awarded vendor must invoice through Wide Area Work Flow (WAWF), an online invoicing system https: //wawf.eb.mil/ after completion of event. The proposal will be due to: 110 MSC Contracting Division, 50 Sabre Avenue, Bldg. 6914, Room 126 Battle Creek ANG Base, Michigan 49037, by 4:00 P.M. EST, 19 July 2012. E-mail quotes will be accepted at daniel.taliaferro@ang.af.mil (XVI) Point of Contact for this solicitation is TSgt Daniel Taliaferro at (269) 969-3364.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB12T8002/listing.html)
 
Place of Performance
Address: 110 MSC Contracting Division, 50 Sabre Avenue, BLDG 6914 Room 126 Battle Creek ANGB MI
Zip Code: 49037-5515
 
Record
SN02799193-W 20120713/120711235037-6f2c3894955332000c27507b2a4deb0b (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.