Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2014 FBO #4648
SOLICITATION NOTICE

71 -- Bowling Alley Lockers

Notice Date
8/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 90 CONS, 7505 Barnes Loop, F.E. Warren AFB, Wyoming, 82005, United States
 
ZIP Code
82005
 
Solicitation Number
F1Y3GB4182A001-BowlingAlleyLockers
 
Archive Date
9/12/2014
 
Point of Contact
Donovan R. Hughes, Phone: 3077733892, Troy S. Argo, Phone: 3077733211
 
E-Mail Address
donovan.hughes@us.af.mil, troy.argo@us.af.mil
(donovan.hughes@us.af.mil, troy.argo@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; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ F1Y3GB4182A001-BowlingAlleyLockers this solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This acquisition is 100% set-aside for Total Small Business. The associated NAICS code is 337215 with a size standard of 500 EMP. The line item description is as follows: CLIN 0001 - Upright Bowling Alley Lockers OR EQUAL. Locker Description: 6 (each) Bank of 10 upright lockers minimum dimensions of 29"W x 22"D x 76"H. The Upright Lockers will need heavy gauge steel: 16 Gauge Doors, 20 Gauge Shelves, 22 Gauge Sides (All +/- 2 Gauges). In addition the lockers will need to be able to withstand a heavy amount of 1000 pounds per set of ten and be able to fit a 2-bowling ball roller bag. The lockers need to be able to support all the weight logically (1000 pounds per set of 10). Assume 4-16lb bowling balls per locker with 10-lockers to a set. Upright lockers being 640lbs + any additional weight. In the concourse you must assume the same 640lbs + 14-16lb balls on top (224 lbs) = 864lbs, plus any additional weight. It needs to have a lip on locker shelf that prevents balls from rolling out when opened. Accessories: Key Lock with 2 Keys per lock Master Key - 2 per lock set See note below for numbering, master key requirements, and additional information on the lockers. Quantity: 6 Unit: EA Unit Price: ________ Extend Price: _________ CLIN 0002 - Concourse Bowling Alley Lockers OR EQUAL. Locker Description: 2 (each) Bank of 10 concourse lockers minimum dimensions of 69"W x 21"D x 33.5"H. The Concourse Lockers must also contain a rack on top that holds up to 14 balls and these lockers will need heavy gauge steel: 16 Gauge Doors, 20 Gauge Shelves, 22 Gauge Sides (All +/- 2 Gauges). In addition the lockers will need to be able to withstand a heavy amount of 1000 pounds per set of ten and be able to fit a 2-bowling ball roller bag. The lockers need to be able to support all the weight logically (1000 pounds per set of 10). Assume 4-16lb bowling balls per locker with 10-lockers to a set. Upright lockers being 640lbs + any additional weight. In the concourse you must assume the same 640lbs + 14-16lb balls on top (224 lbs) = 864lbs, plus any additional weight. It needs to have a lip on locker shelf that prevents balls from rolling out when opened. Accessories: Key Lock with 2 Keys per lock Master Key - 2 per lock set See note below for numbering, master key requirements, and additional information on the lockers. Quantity: 2 Unit: EA Unit Price: ________ Extend Price: _________ Note: Locker Numbers: The locker number will start a 1 and continue through 80. The number will start on the 6 upright lockers and continue to the concourse locker. Master Key: The master keys will need to work with a range of Key Locks. If 1-80 then two master keys. If it is broken down 1-40 and 41-80 then there will be 4 master keys (2 per range of lock sets). Etc. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.204-10 Reporting Executive Compensation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-41 Service Contract Act of 1965, 52.222-42, Statement of Equivalent rates for Federal Hires, 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-1, Buy American Act, 52.225-13 -- Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION), 52.233-3 -- Protest After Award, 52.233-4 -- Applicable Law for Breach of Contract Claim, FAR 52.252.2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations Clauses, The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC A1C Donovan Hughes at 90th CONS/LGCB, 7505 Barnes Loop, Building 208, FE Warren AFB, WY 82005. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. This will be a lowest price technically acceptable award. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above 52.212-2 -- Evaluation -- Commercial Items. Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement lowest price technically acceptable (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Quotes must be good through October 1 st, 2014 and signed, dated and submitted by 28 August 2014, 2:00 pm, Mountain Standard Time (MST) to the 90th Contracting Squadron/LGCB, Attn: A1C Donovan Hughes, Contracting Specialist, Commercial Phone 307-773-3892, Fax 307-773-4161, E-mail donovan.hughes@us.af.mil LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the System for Award Management (SAM) ref. FAR 52.204-99 database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, Date offer expires, warranty, Line item unit price, and Total cost.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3441e9c6343439d324cf1a0dfcaf93c)
 
Place of Performance
Address: FE Warren AFB, Cheyenne, Wyoming, 82005, United States
Zip Code: 82005
 
Record
SN03465680-W 20140816/140815000035-f3441e9c6343439d324cf1a0dfcaf93c (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.