SOLICITATION NOTICE
72 -- Mattresses - Attachment 2 - Attachment 1
- Notice Date
- 8/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337910
— Mattress Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T2AU5140A001
- Point of Contact
- Anquanette Lasha Figueroa, Phone: 8508829120, Cynthia Smith, Phone: 850-882-0197
- E-Mail Address
-
anquanette.figueroa@eglin.af.mil, cynthia.smith.19@us.af.mil
(anquanette.figueroa@eglin.af.mil, cynthia.smith.19@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOW Clauses and Provisions The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for the purchase of Mattresses for dormitory use on Eglin AFB, FL. The contractor shall provide mattresses that are equal to Simmons Beautyrest Classic Marquee 250 Luxury Firm with EverNu zip off top feature in Twin XL. The EverNU feature allows you to replace top to get rid of stains, germs, bacteria, dust mites, and other odors without replacing the entire mattress. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures as supplemented with FAR 13.1 and 13.5 and 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 is Request for Proposal (RFP) numbered F1T2AU5140A001. This is a 100% Total Small Business Set-Aside only acquisition. The North American Industry Classification System (NAICS) code for this acquisition is 337910, with a size standard of 500 employees. Please identify your business size in your response based upon this standard. Potential offerors must be registered under the advertised NAICS code in order to bid. Any resulting contract shall be firm-fixed-price. Partial offers will not be considered for award. Description of Requirement: Refer to Attachment 1, Statement of Work (SOW). It is vital that potential offerors read and fully comprehend all of the requirements for completing the work outlined in the SOW. Offerors must submit proosals for all items listed. Partial offers will not be considered for award. Requirement: CLIN 0001 Purchase brand name or equal to Quantity: 150 EA Beautyrest Rechange Marquee Lux Firm w/EverNU Top Twin XL (38X80X10.5) In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered insufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Period of performance is to be complete within 4-6 weeks ARO. The provisions and clauses incorporated in this notice and its attachments are those in effect through Federal Acquisition Circular 2005-82 (8 Jun 15) and DFARS Publication Notice 20150602. They may be accessed via the internet at http://farsite.hill.af.mil. The provision at FAR 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition; there are no addenda to this provision. The provision at FAR 52.212-2, Evaluation - Commercial Items, does not apply however in accordance with the FAR Subpart 13.106-1(a)(2), offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of the price and technical aspects of the offer that support the requirement. This acquisition will utilize Lowest Price Technically Acceptable for evaluation by evaluating offerors on meeting the requirement. Offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary in accordance with FAR Subpart 52.212-1(b)(4). Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. Additional provisions and clauses applicable to this acquisition are incorporated in this notice in Attachment 2, Clauses and Provisions. There is no Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition. Prospective offerors must be registered on the System for Award Management (SAM) website at www.sam.gov to be eligible. Please provide DUNS and/or Cage Code and description of your company's delivery terms and any charges for shipping on the response to this Request for Proposal. Offerors shall submit formal communications such as questions, requests for clarifications, and/or information concerning this RFP via email to anquanette.figueroa@us.af.mil by 3:00 PM CST on 11 August 2015. Responses to questions and requests for clarifications will be posted as an amendment to this solicitation no later than 3:00 PM CST on 12 August 2015. All responses must be received no later than 12:00 PM CST on 19 August 2015. Send all packages via email to Anquanette Figueroa at anquanette.figueroa@us.af.mil. ATTACHMENTS Attachment 1: Statement of Work (SOW) Attachment 2: Clauses and Provisions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9ea74eb54fe2ba605d9e578db1acd0a0)
- Place of Performance
- Address: Eglin AFB, FL, United States
- Record
- SN03822406-W 20150806/150804235555-9ea74eb54fe2ba605d9e578db1acd0a0 (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 |