SOLICITATION NOTICE
56 -- INTERIOR DOORS
- Notice Date
- 12/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332321
— Metal Window and Door 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
- F1C0RH3273A001
- Archive Date
- 12/31/2013
- Point of Contact
- Fredalynn M. Hecita, Phone: 6713664946, Andrea C. Lay, Phone: 6713664947
- E-Mail Address
-
fredalynn.hecita@us.af.mil, andrea.lay.1@us.af.mil
(fredalynn.hecita@us.af.mil, andrea.lay.1@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 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 F1C0RH3273A001 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) 2005-70. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 332321 and the small business size standard is 500 EMP. The following commercial items are requested: CLIN 0001 QTY 1 EACH Pr Bronze anodized doors (6/0-6/8) full glass with 2inch X 4.5inch bronze anodized frames, prepped for hardware CLIN 0002 QTY 2 EACH 10ft. X 10ft. Rollup Door, end locks and wind locks, wind rating of 190 mph, right hand operated, wall operated switch box, manual operated pull chain, safety strip located on bottom of door CLIN 0003 QTY 9 EACH (3ft/0in - 6ft/8in) Standard 1 3/4in. Wide (60min fire rating) solid core birch door blanks. *** NOTE: all fire rated doors must be preped for hardware at the manufacture in order to insure the fire rating and a lable. CLIN 0004 QTY 9 EACH (3ft/0in - 6ft/8in) 4 7/8in.throat X 2in. Thick 16ga. HM (Hollow Metal) jambs prepped for hardware CLIN 0005 QTY 2 EACH Right hand reverse (Pre Hung) (3ft/0in - 6ft/8in) 1 3/4in. 18ga (gadge). Galv (Galvanized). HM doors prepped for hardware CLIN 0006 QTY 2 EACH Left hand reverse (Pre Hung) (3ft/0in - 6ft/8in) 1 3/4in. 18ga (Gadge). Galv (Galvanized). HM (Hollow Metal) doors prepped for hardware CLIN 0007 QTY 2 EACH Right hand reverse(Assembled With Door Pre Hung) (3ft/0in - 6ft/8in) 2in. Thick 16 ga. ( Gadge) Galv (Galvanized). HM (Hollow Metal) jambs punched and dimple CLIN 0008 QTY 2 EACH Left hand reverse(Assembled With Door Pre Hung)(3ft/0in - 6ft/8in) 2in. Thick 16ga. (Gadge) Galv.(Galvanized) HM (Hollow Metal) jambs punched and dimpled CLIN 0009 QTY 1 EACH Double door frame (6ft/0in - 6ft/8in) bronze (Colour must match double doors) CLIN 0010 QTY 6 EACH 4ft/0in X 4ft/0in anodized alum window, block frame, horizontal slider with screen, DS interior glass, 7/32 laminated exterior, Glass clear Colour - bronze CLIN 0011 QTY 13 EACH 689 door closers. Note 689 is the finish not the model number of the door closer. CLIN 0012 QTY 2 EACH PHI (Stanley) or equal 2203 X 1703 SVR exit device for main entry CLIN 0013 QTY 4 EACH Best 9k series lockset or equal == 9K3-7-R-15-D-S3-626 classroom lock (compatable with the best core system) CLIN 0014 QTY 3 EACH Best 9k series lockset or equal ==9K3-7-5-15-D-S3-626 store room lock for utility rooms, com. room, and storage room (compatable with the best core system) CLIN 0015 QTY 2 EACH 4in X 16in stainless steel push plates for restrooms CLIN 0016 QTY 2 EACH 4in X 16in pull plate with handle for restroom CLIN 0017 QTY 1 EACH threshold for main entry door CLIN 0018 QTY 2 EACH Threshold CLIN 0019 QTY 2 EACH 17ft. S88 weather strip (S88 is the model #) CLIN 0020 QTY 1 EACH 20ft S88 weather strip (S88 is the model #) CLIN 0021 QTY 1 EACH 357D84 astragal anodized colour - bronze (357 model number/ D= dark / 84= 84") CLIN 0022 QTY 30 EACH 4.5in. X 4.5in. US 32 D FBB199 hinges (FBB= full ball bearing) CLIN 0023 QTY 9 EACH 4.5in. X 4.5 FBB199 US 32 D NRP hinges (FBB= full ball bearing) CLIN 0024 QTY 24 EACH sleeve anchors are for the frames CLIN 0025 QTY 7 EACH 409 wall stop CLIN 0026 QTY 4 EACH 36in. dark bronze anodized 216DV36 door bottoms CLIN 0027 QTY 1 EACH 84in. dark bronze anodized rain drip CLIN 0028 QTY 1 EACH 48in dark bronze anodized rain drip CLIN 0029 QTY 1 EACH bathroom partitions and urinal screens 1in. solid plastic, floor mount overhead brace, 4 compartments 2 urinal screens CLIN 0030 QTY 2 EACH 42in. grab bars TSM or equal 1 1/4in. R-3 CLIN 0031 QTY 4 EACH 36in. TSM or equal grab bars 1 1/4in. R-3 CLIN 0032 QTY 4 EACH TSM 802B or equal Ddl Roll TP dispenser surface mount CLIN 0033 QTY 2 EACH recessed TSM 5201-S4 or equal paper towel dispenser CLIN 0034 QTY 2 EACH TSM 5202-12-S4 or equal waste receptacles CLIN 0035 QTY 4 EACH wall mounted soap dispencers Tsm SD5 or equal *ALL ASSOCIATED SHIPPING COSTS MUST BE INCLUDED IN EACH LINE ITEM PRICE WITH FINAL QUOTE. SHIPPING/DELIVERY OF SERVICES/MATERIALS IS FOB DESTINATION TO GUAM: 554 RHS - REDHORSE 554 RHS Unit 14014 Bldg 21016 Andersen, AFB, GU 96929 The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.211- 6 Brand Name or Equal, 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 52.209-6, Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; 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 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-2 -- Buy American Act Certificate, FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer; and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Additional provisions and clauses that apply to this acquisition are: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.233-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (Frederick Mark, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman, AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS). Award will be based on lowest price technically acceptable. Responses to this RFQ must be received via e-mail not later than 2:00 PM Chamorro Standard Time on Tuesday, 17 December 2013. Oral Quotes will not be accepted. Collect calls will not be accepted. The Government does not accept responsibility for non-receipt of quotes. It is the contractor's responsibility to request and receive confirmation of quote receipt. All quotes should include your Tax ID number and Cage Code. All firms must be registered in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ 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 SAM registered company with the intention of being award "care of" will not be accepted. All quotes, questions, and any requests for more information must submitted in writing and be sent via email to Fredalynn M. Hecita (contract specialist) at fredalynn.hecita@us.af.mil and Andrea C. Lay (contracting officer) at andrea.lay.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0RH3273A001/listing.html)
- Record
- SN03249443-W 20131212/131210234713-7253bed055b70cba2b05691d052a29be (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 |