MODIFICATION
71 -- Wall Partitions and Furniture - Updated Statement of Work 31 Aug - Updated Drawings 31 Aug
- Notice Date
- 8/31/2012
- Notice Type
- Modification/Amendment
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
- ZIP Code
- 27531
- Solicitation Number
- FA4809-12-Q-0043
- Archive Date
- 9/21/2012
- Point of Contact
- Thomas Baker, Phone: 9197227145, Zachary D. Leddy, Phone: 9197221728
- E-Mail Address
-
thomas.baker@seymourjohnson.af.mil, zachary.leddy@seymourjohnson.af.mil
(thomas.baker@seymourjohnson.af.mil, zachary.leddy@seymourjohnson.af.mil)
- Small Business Set-Aside
- N/A
- Description
- These are updated layout drawing to include a legend and LAN/VOIP Outlets. This is the most current statement of work as of 31 Aug. Previous editions are obsolete. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-60. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a UNRESTRICTED ACQUISITION. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is FA4809-12-Q-0043. The NAICS code 337215 applies to this solicitation. The size standard is 500 Employees. The item description is as follows: CLIN 0001: Wall Partitions and Furniture. See attached Statement of Work and Diagrams. Furniture Color/Finish: Mahogany Partitions/Acoustical Panels color: Sand Receptacle color: Sand DO NOT QUOTE ANY CHAIRS! PLEASE INCLUDE COLOR SHARTS WITH YOUR PROPOSAL. Unit: Lump Sum. Qty: 1 tiny_mce_marker___________ FOB Destination Delivery: _____________________ Contractor is responsible for transportation of equipment and supplies to Seymour Johnson AFB, NC 27534. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered, FAR 52.211-6 Brand Name or Equal, FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on technical capability of the item offered to meet the Government's requirement, price, and delivery. FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2012)(Deviation), FAR FAR 52.204-99 System for Award Management Registration (DEVIATION), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-28 Post-Award Small Business Program Rerepresentation. FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products, FAR 52.222-19 Child labor--Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action for Workers With Disabilities, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-18 Place of Manufacture, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification, FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, FAR 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION), FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.247-34 F.O.B. - Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (located at http://farsite.hill.af.mil), FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil), FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFAR 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials, DFARS 252.204-7008 Export Controlled Items, DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004), DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraphs (b)(1), (b)(23), (b)(29(i), (b)(29)(iv), DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.246-7000 Material Inspection and Receiving Report, DFARS 252.247-7023 ALT III Transportation of Supplies by Sea. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS); (none). AFFARS 5352.201-9101 Ombudsman (Kristian Ellingsen. 129 Andrews St, Langley AFB, VA 23665. (757)764-5373. Kristian.Ellingsen@langley.af.mil). Primary Point of Contact is 2Lt Thomas Baker at (919) 722-7145 and Alternate is A1C Zachary Leddy at (919) 722-1728. All quotes shall be received NLT Thursday, 6 September, 2012 at 1:00 P.M. EST. Quotes can be sent by email (preferred) to thomas.baker@seymourjohnson.af.mil; mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531; Facsimile quotes will also be accepted at (919) 722-5424. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT SYSTEM (SAM) DATABASE PRIOR TO RECEIVING ANY AWARD. Information concerning SAM requirements can be accessed at https://www.sam.gov or by calling the Federal Service Desk (FSD) at 1-866-606-8220. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA4809-12-Q-0043/listing.html)
- Place of Performance
- Address: 1195 Blakeslee Ave, BLDG 4814, SJAFB, North Carolina, 27531, United States
- Zip Code: 27531
- Zip Code: 27531
- Record
- SN02864897-W 20120902/120901000404-84d98ed2ddb3cae2324faaf482cd2e36 (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 |