Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
MODIFICATION

72 -- Extra Large Twin-Size Mattress Covers

Notice Date
8/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
314129 — Other Household Textile Product Mills
 
Contracting Office
MICC - Fort Wainwright, PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
W912D012T0065
 
Response Due
8/23/2012
 
Archive Date
10/22/2012
 
Point of Contact
Tiffani Brown, 9073531199
 
E-Mail Address
MICC - Fort Wainwright
(tiffani.a.brown.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation for commercial items has therefore been AMMENDED to include FAR Clause 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) and to answer the following vendor questions: 1) What is the lead time for Delivery? Response: 90 days after date of contract award. The Ammended Combined/Solicitation in its entirety is as Follows: This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation number W912D012T0065 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60, Effective 26 July 2012. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 314129 with the number of employees not to exceed 1,000. Description of Requirement: CLIN 0001: The request is for a one-time buy of Extra Large Twin-Size Mattress Covers. Quantity 2,500 each. Specification of Mattress Covers are as follows: Must Fit extra long twin beds 39" x 80" x 9" Must be certified bug proof Dust mite proof Anti-Bacterial Bite Proof Fabric shall be Knit with urethane waterproof barrier Heavy duty zipper (end of description) CLIN 0002: Shipping, freight, delivery and handling fees and charges to FOB Destination to 3566 SUP DIV DOL 3030 PWFMO Bldg 3030 Gaffney Road Fort Wainwright, Alaska 99703 Delivery: 90 days after date of contract award Quote shall be structured to show a CLIN breakdown of the proposed equipment. Quote shall include estimated delivery time, all shipping, freight, delivery and handling fees and charges to FOB Destination on Fort Wainwright, Alaska 99703. Basis for Award: Award will be made to the responsible, technically acceptable offeror, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest price technically acceptable (LPTA). Quote must be written in a logical, practical, clear and concise manner, containing all pertinent information in sufficient detail to provide the Government with a clear understanding of what is being quoted and offered. Quote Information: Quotes shall be submitted and received no later than Thursday, August 23, 2012, at 1700 hours (5:00 P.M.) Alaska Standard Time. Quotes may be e-mailed or faxed to the attention of primary point of contact listed below and/or the alternate point of contact. Contact Information: Please send any questions or requests to: Mission Installation Contracting Command-Fort Wainwright, Alaska 99703 ATTN: Tiffani Brown (907) 353-1199, email to tiffani.a.brown.civ@mail.mil. Alternate point of contract is Michelle Nelsen (907) 353-4527 or email to michelle.m.nelsen.civ@mail.mil or fax to (907) 353-7302. Financing Information: A Firm-Fixed Price award will be issued in writing. Telephone bids will not be processed. Award shall be made only to contractors who have registered with System Award Management (SAM) formerly Central Contractor (CCR). Vendors may register at: http://www.sam.gov. Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: FAR Provision 52.212-1, Instructions to Offerors - Commercial Items. FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Each offeror shall include a completed copy of the provisions with the quotation. The Word document is available for downloading the representation and certifications and in the entire from at http://farsite.hill.af.mil/ FAR Provision 52.219-1 ALT I, Small Business Program Representation FAR Provision 52.222-19, Child Labor Cooperation with Authorities and Remedies. FAR Provision 52.252-2, Clauses Incorporated by Reference. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items. FAR Clause 52.219-1, Small Business Program Representations. FAR Clause 52.219-6, Notice of Total Small Business Set-Aside FAR Clause 52.219-28, Post Award Small Business Program Representation. FAR Clause 52.222-3, Convict Labor. FAR Clause 52.222-21, Prohibition of Segregated Facilities. FAR Clause 52.222-26, Equal Opportunity. FAR Clause 52.222-36, Affirmative Action for Workers with Disabilities. FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR Clause 52.225-3, Buy American Act-North Free Trade Agreement Supplies. FAR Clause 52.225-13, Restriction on Certain Foreign Purchases. FAR Clause 52.232-18, Availability of Funds. FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. DFAR Clause 252-225-7001, Buy American Act And Balance of Payments Program. DFAR Clause 252.232-7003, Electronic Submission of Payment Request. DFAR Clause 252.232-7010, Levies on Contract Payments. Additionally, FAR clause 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) is hereby added to the solicitation per policy memorandum M-12-16 (July 11,2012) and implemented August 15, 2012. Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/119bdfcf7f832f7df1d98335a57f7282)
 
Place of Performance
Address: MICC - Fort Wainwright PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN02847154-W 20120822/120821000100-119bdfcf7f832f7df1d98335a57f7282 (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.