SOLICITATION NOTICE
71 -- COLLAPSIBLE WARDROBES - Pictures
- Notice Date
- 6/18/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337125
— Household Furniture (except Wood and Metal) Manufacturing
- Contracting Office
- US Air Force Europe - 31 CONS
- ZIP Code
- 00000
- Solicitation Number
- FA5682-15-Q-5019
- Archive Date
- 7/10/2015
- Point of Contact
- Jessica Cuccagna, Phone: 6327138, Daniel Limoges, Phone: 390434307142
- E-Mail Address
-
jessica.cuccagna.1.it@us.af.mil, daniel.limoges@us.af.mil
(jessica.cuccagna.1.it@us.af.mil, daniel.limoges@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Picture 2 Picture1 COMBINED SYNOPSYS / SOLICITATION - 31 CONS, AVIANO AB, ITALY (i) This is a combined synopsis/solicitation for a commercial item 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. (ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA5682-15-Q-5019. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, effective 08 June 2015 (iv) This solicitation is set-aside as unrestricted. The North American Industry Classification System (NAICS) code is 337125. (v) Potential offerors are to quote on the following line items, quotes are due to this office no later than 1600 hrs (Central European Time) 25 June 2015: Line Item # 0001 Item Description Furnish, delivery and devanning of 460 COLLAPSIBLE WARDROBES, INCLUSIVE OF UNLOAD AND TRANSFER INTO 31 CES/CEAC FURNISHING MANAGEMENT WAREHOUSE BUILDING 43 VIA MONTE COLOMBERA 1 Z.I. 33081 AVIANO (PN), ITALY Government will not unload items/provide any equipment for unload into the warehouse Items quoted must be equal to or better than what's identified in the item description. Wardrobes shall have the following characteristics (the buyer requires that sellers bid 'exact match to spec'): Collapsible two-door front opening wardrobe assembled/disassembled safely from upright position by one person. Structure is made of solid wood and/or solid wood mix with durable veneer finish. Color of wardrobe needs to be the same both inside and out. No tools required to assemble/disassemble unit, unlatch shelf com1ectors or remove doors. All sides, top shelf and base must be hinged and self-contained. Wardrobe must contain a mechanism that keeps the unit firm and sturdy when assembled. All folding mechanisms should be completely concealed once erected. All hinges to be flush with all facings. No sharp parts or edges in- or outside of wardrobe. The back and side portion surfaces should be inset recessed to avoid interface and scratch damages when wardrobes are transported or stacked on each other for storage. All surfaces need to be water proof and sunlight color resistant, non-fading. Dimensions: 72" H X 36" W X 24 "D (183cm Height X 90cm Width X 60cm Lenght) - permissible variation limited to +/- 3% Weight: max 154 Lbs/70 Kg Color: Light Cherry Wood Thickness: Range 16mm -19mm not including the back Exposed Wood Surfaces: doors, shelf-edges, ends, front, back and vertical folding edges shall be veneered with 3 mm PVC edge banding Metal - any metal parts such as hinges, handles, hanging rod, connectors and fittings shall be non-rusting/noncorrosive. Chrome or stainless steel is preferred Wardrobe Frame: Assembled with minimum of four (4) metal and plastic connectors to secure inner-top shelf Piano hinges with 270 degree swing installed to connect the folding sides, back, bottom and top of wardrobe. Three pairs of hanging rod holders (pre-installed) plus one (1) hanging rod - hanging rod positions correspond to the selectable three positions below of top shelf. Rod needs to be securely affixed inside when disassembled for transport. While assembled, rod and rod holding devices need to have a snug fit and strong enough to hold heavy duty clothing maxing out the available rod lengths. Removable inside shelf toward top with sufficient space for storing items Four metal and/or elasticized plastic fittings, male/female to secure removable inside top shelf Four heavy duty carrying handles with 90 degree stop, mounted top and bottom (2 each) for easy transport. Pair of removable doors Door handles - oval shaped made of solid-wood insert or heavy duty lay-flat handles Two velcro-fastening straps attached to back exterior - long enough to go around wardrobe and fasten in the front - strong enough to prevent wardrobe from unfolding during transport Four (4) plastic-covered adjustable leveling feet on bottom with rubber covers Durability: Wardrobes shall have life expectancy of 7 years minimum. Stable and durable to handle continues transportation and assembly/disassembly (can be an average of 4 times annually) Attachments: Picture #1- Solid wood mix accepted Picture #2- Foldable wardrobe (vi) Delivery of Items are to be 30 days after receipt of order or sooner. If different, offeror must state their delivery schedule in their quote. (vii) Items will be shipped to the following address: Attention: Ms. Leoncio Seisa Phone: 632-2536 31 CES/CEAC FURNISHING MANAGEMENT WAREHOUSE BUILDING 43, Via Monte Colombera 1 Z.I. Aviano (PN) Air Base, 33081 Aviano Italy Offerors must specify in their quote which shipping method will be used. Items will be delivered and accepted at F.o.b. Destination (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. No addenda to this provision (ix) FAR 52.212-2, Evaluation--Commercial Items (Jan 1999), applies to this acquisition. 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: (1) technical capability of the item offered to meet the Government requirement; (2) price; (3) delivery terms. The Government intends to award to one vendor on an all or none basis. 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. (x) Offerors must submit, along with their offer, a copy of the completed representations and certifications as prescribed in FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2012). (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. No addenda to this clause. (xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014). The following additional FAR clauses cited in the clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (Apr 2015) 52.222-50 Alternate I (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-29 Terms for Financing of Purchases of Commercial Items (Feb 2002) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (xiii) The following clauses and provisions apply to this solicitation and are included by reference: 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) 52.204-7 System for Award Management (Jul 2013) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-14 Service Contract Reporting Requirements (Jan 2014) 52.204-16 Commercial and Government Entity Code Reporting (Nov 2014) 52.204-17 Ownership of Control of Offeror (Nov 2014) 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (Dec 2014) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014) 52.225-18 Place of Manufacture (Mar 2015) 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission Outside the United States (Mar 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) Http://farsite.hill.af.mil 52.252-2 Clauses Incorporated by Reference (Feb 1998) Http://farsite.hill.af.mil 252.225-7036 Buy American Act--North American Free Trade Agreements--Balance of Payments Program (Jun 2012) 252.225-7041 Correspondence in English (Jun 1997) 252.225-7042 Authorization to Perform (Apr 2003) 252.229-7003 Tax Exemptions (Italy) (Mar 2012) - Fiscal Code: 91000190933 252.232.7003 Electronic Submission of Payment Requests (Jun 2012) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) * The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/ and http://farsite.hill.af.mil/VFDFARA.HTM (xiv) A Defense Priorities and Allocations System (DPAS) rating will not be assigned to this acquisition. (xvi) Any responsible vendor can submit an offer to this agency. Offers received will be reviewed and considered for award. (xvii) Offerors must submit, along with their offer, technical data and pictures of the product they are offering (xvii) Quotes are due to this office no later than 1600 hrs (Central European Time) 25 June 2015. Quotes can be faxed to the following number, 0434-308557 or sent via e-mail to jessica.cuccagna.1.it@us.af.mil. All quotes must include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any, CAGE Code, Dun & Bradstreet number (DUNS), and Taxpayer ID number (if a US vendor); all offerors must be already registered in SAM (https://www.sam.gov/) when submitting the quote. Quotes must be valid for a period of no less than 30 days. Vendors shall indicate, by number of calendar days, the amount of time needed to deliver the items described in paragraph (v). Offers will be evaluated by converting the foreign currency to United States currency using the budget rate in effect on the date the quotes are due. (xviii) The point of contact for this combined synopsis/solicitation is Ms. Jessica Cuccagna, Contract Specialist (jessica.cuccagna.1.it@us.af.mil), who can be reached at Tel.0434-307138, Fax 0434-308557 by e-mail jessica.cuccagna.1.it@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d4d332df7a9e0475a18865e2bace661d)
- Place of Performance
- Address: 31 CES/CEAC FURNISHING MANAGEMENT WAREHOUSE BUILDING 43, VIA MONTE COLOMBERA 1 Z.I. 33081 AVIANO (PN), ITALY, Aviano, Non-U.S., 33081, Italy
- Record
- SN03769339-W 20150620/150618235400-d4d332df7a9e0475a18865e2bace661d (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 |