Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
SOLICITATION NOTICE

35 -- Washer/Dryers

Notice Date
8/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335224 — Household Laundry Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 802nd Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
RFQ082812
 
Archive Date
9/12/2012
 
Point of Contact
Susan J. Edwards, Phone: 2106711732, Cathy E. Garcia, Phone: 2106711717
 
E-Mail Address
susan.edwards@us.af.mil, cathy.garcia@us.af.mil
(susan.edwards@us.af.mil, cathy.garcia@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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is RFQ082812. This combined synopsis/solicitation incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and DFARS change notice 20120726. Submission of written quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Verbal offers will not be accepted. The 802nd CONS will issue a purchase order to the vendor who is determined to offer the best value to the Government. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. This procurement is being issued as 100 percent Small business set aside. The North American Industry Classification System ( NAICS) Code is 335224 and the size standard in number of employees is 1,000. This solicitation is a Request for Quotation (RFQ), the reference number is RFQ082812. REQUEST FOR QUOTE Electric Washers, Electric Dryers and Stacked Electric Washer/Dryer Combination SOLICITATION NUMBER RFQ082812 1. Submission of Quotes Due Date: The solicitation closes on Tuesday, 28 Aug 2012 at 1:00 P.M. Central Standard Time (CST) Submitted quotes must be effective for 90 days after submission. Offers may be faxed to 210-671-3360, Attention: Susan Edwards or Cathy Garcia, or quotes may be emailed to Susan Edwards, susan.edwards@us.af.mil or Cathy E. Garcia, cathy.garcia@us.af.mil (Email is preferred). Quotes must be received no later than Tuesday, 28 August 2012, 1:00 P.M. Central Standard Time. Quotes received after 1:00 P.M. CST will be late and will not be considered for award. 2. Company Info: Please provide the following information (if applicable): Legal Business/Company Name (as it is indicated in CCR/ORCA/SAM): DUNS # Cage Code Number: POC: Tel: E-Mail Address: Federal Tax ID#: ________________________ 3. Description of Goods/Services: Energy Star Commercial Electric Washing Machines, Energy Star Commercial Electric Dryers, and Energy Start Commercial Stacked Electric Washer/Dryer Combination to include transportation, delivery, installation and all necessary parts required for the installation. DELIVERY, INSTALLATION AND FULLY OPERATIONAL TO BE ACCOMPLISHED NO LATER THAN 28 September 2012. 4. Please complete the unit price/extended amount/total cost and terms below: ITEM DESCRIPTION Quantity Unit Unit Price Extended Amount 0001 Energy Star Commercial Electric Washing Machines 72 EA $______ $_______ 0002 Energy Star Commercial Electric Dryers (dual drum 18 lbs electric) 48 EA $_______ $_______ 0003 Energy Star Commercial Stacked Electric Washer/Dryer Combination 42 EA $______ $_______ 0004 Delivery and Installation no later than 28 Sep 2012 1 LOT $_______ $________ TOTAL COST $_______ Deliver/Ship To: Lackland AFB, TX FOB: (Government prefers Destination) Payment Terms: Delivery and Installation Date: NOT LATER THAN 28 SEPTEMBER 2012. 5. Mandatory Registrations: To be eligible to receive an award resulting from this RFQ, the apparent successful quoter must be registered the On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations must be current. If your Reps & Certs are not current go to http://www.ccr.gov/ or https://www.sam.gov/, no exceptions. Offerors shall electronically complete FAR 52.212-3 Offeror http://www.bpn.gov/orca Representations and Certifications Commercial Items at website. The following clauses and provisions are applicable to this solicitation. FAR 2.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.211-17, Delivery of excess quantities; FAR 52.219-6, Notice of total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Contractor Policy to Band Text Mess while Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.246-17, Warranty of Supplies of a Noncomplex Nature; FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 2542.232-7003, Electronic Submission Requests; AFFARS 5352.201-9101, Ombudsman. Clauses incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). All clauses and provisions may be accessed electronically at https: //farsite.hill.af.mil or www.arnet.gov. 6. Basis for Award. Award will be made to the acceptable quoter with the lowest evaluated price, who is deemed responsible in accordance with FAR 9.104 and whose quote conforms to the solicitation. Since award will be based on initial responses, quoters are highly encouraged to quote their most advantageous pricing in their initial response. 7. Best Value Determination. The Government will award a contract resulting from this solicitation the technically acceptable responsible quoter whose quote conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines a quoter to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that quoter without further evaluation of other quoters. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 8. Questions/Answers: The government cutoff date for questions is 23 August 12, 10:00 a.m. CST. All responses will be post on FEDBIZOPS on 24 August 2012. QUOTE BY: ___________________________ TITLE: _______________________ (Typed or Printed Name) SIGNATURE: __________________________ DATE: __________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/RFQ082812/listing.html)
 
Place of Performance
Address: Building 5595, 802 CES, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02850011-W 20120824/120823000318-125e0241dfd374ef47e9156827cde241 (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.