SOLICITATION NOTICE
71 -- Mattresses & Bed Frames
- Notice Date
- 9/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337910
— Mattress Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- N4155712RC101CO
- Archive Date
- 10/10/2012
- Point of Contact
- Karl Andrew Knott, Phone: 6713664946
- E-Mail Address
-
karl.knott@andersen.af.mil
(karl.knott@andersen.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; quotes are being requested and a written solicitation will not be issued. This solicitation N4155712RC101CO is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 337124 and the small business size standard is 500 EMP. The following commercial items are requested: CLIN 0001 - Qty 279 ea; standard metal bed frames. Sizes: 4 standard King and 275 standard Queen/Twin. CLIN 0002 - Qty 379 Bed Sets. Includes both mattress and box springs. Sizes: 4 standard King, 175 standard Queen and 200 Twin. (note: there is no error in quantity, extra mattress and box springs without frames are for replacements of existing beds) ***ALL SHIPPING COST MUST BE INCLUDED IN EACH LINE ITEM PRICE WITH FINAL QUOTE. SEE ADDRESS BELOW. *** Shipping will be FOB Destination to Tracy, CA: 25600 SOUTH CHRISMAN ROAD TRACY, CA 95376-5000 The following provisions and clauses apply to this acquisition: FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered at the government's ORCA online reps and certs website: https://orca.bpn.gov/ 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. Specifically, the following cited provisions and clauses are applicable to this acquisition, FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.219-6 -- Notice of Total Small Business Set-Aside, FAR 52.219-28 -- Post Award Small Business Program Rerepresentation, 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 Handicapped Workers, FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration, DFARS 252.204-7004 -- Required Central Contractor Registration, DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials, DFARS 252.232-7003 -- Electronic Submission of Payment Requests and receiving reports, DFARS 252.247-7023 -- Transportation of Supplies by Sea Alt III. Award will be based on lowest price technically acceptable. Submit the price quote nformation via email to SSgt Karl Knott at karl.knott@us.af.mil. Responses to this RFQ must be received via e-mail not later than 5 PM Eastern Standard time on Tuesday 25 September 2012. Oral Quotes will not be accepted. Collect calls will not be accepted. All firms must be registered in the SAM database @ www.sam.gov to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a CCR registered company with the intention of being award "care of" will not be accepted for award. All proposals must be directly submitted by the firm registered in CCR that is intended to be the successful awardee.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/N4155712RC101CO/listing.html)
- Place of Performance
- Address: 36 CES/CER, Andersen AFB, Guam, 96543, United States
- Zip Code: 96543
- Zip Code: 96543
- Record
- SN02893165-W 20120922/120921003603-8c9637dbef4f41b7e3e963dfc815068d (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 |