COMMERCE BUSINESS DAILY ISSUE OF MARCH 28, 2001 PSA #2817
SOLICITATIONS
99 -- AIRCREW EQUIPMENT CABINETS
- Notice Date
- March 26, 2001
- Contracting Office
- Department of the Air Force, Air Combat Command, 347 CONS, 4380B Alabama Rd, Moody AFB, GA, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- F09607-01-T-0033
- Response Due
- April 2, 2001
- Point of Contact
- Steven Davis, Contract Specialist, Phone (229) 257-3226, Fax (229) 257-4032, Email steven.davis@moody.af.mil -- Brian Mentel, Contract Specialist, Phone 229-257-2959, Fax 229-257-4032, Email
- E-Mail Address
- Steven Davis (steven.davis@moody.af.mil)
- Description
- 17. 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. The solicitation number for this procurement is F09607-01-T0033 and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 97-23, DCN 20001213 and Air Force Acquisition Circular (AFAC) 96-4. The solicitation is 100% small business set-aside. The Standard Industrial Classification Code is 2541. The small business size is 500. The BID SCHEDULE shall be for Line Item 0001: Aircrew Equipment Cabinets, dimensions 49" wide, 15 1/2" deep and 80 1/4" tall. Each cabinet must hold three (3) parachutes, three (3) helmets, three (3) anti-G suits, and have an enclosed area for miscellaneous gear for three (3) pilots. Material must be wood, red oak, natural lacquer finish, fire retardant material in compliance with NFPA 101 and tested in accordance with ASTM E84. Bins must be reinforced to hold a minimum of 225 pounds per bin. The dimension of the bin is critical to the area size they will occupy. To allow movement and transportation of the bins between facilities, all bins must be on removable, reinforced, flat black wheels or casters in each corner of the cabinet base. U/I: Each, QUANTITY: 108, Gayeski Furniture Coordinates, Inc. or Equal; Line Item 0002: Any applicable freight charges; and Line Item 0003: Free-standing wood cabinet on casters used to enclose and secure two (2) oxygen bottles. Access doors 20" L X 64 12_ W on both sides. Cabinet will have an incline, approximately waist to chest high, cutout to hold a tester 9 3/8_ W X 14 3/8_ L. The cabinet is to stand 74 12_ H X 33 12_ W X 30 5/8_ D at the base with the top being 23_ deep. Two doors to access storage in the bottom front of the cabinet 20_ H and just above that, a cut out measuring 16 3/8_ L X 10_ W for open storage (no door). The top should have a mirror measuring 33 12_ L X 22 3/8_ W just above the area where the tester is located. U/I: Each, QUANTITY: 2, Gayeski Furniture Coordinates, Inc. or Equal. DELIVERY: Delivery is required by 15 days after receipt of order (ARO) and shall be delivered to 19 AF DET1 (AETC) _ F19ADT, 8219 Knights Way, Room 107, Moody AFB GA 31699. FOB POINT: Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation should be submitted and shall contain the following information: SOLICITATION NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME; ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; PRICE; ANY DISCOUNT TERMS; AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if any). Quotes shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price, and total amount. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Offerors that fail to furnish the required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this solicitation to the responsive, responsible low offeror. All offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr2000.com/ or by calling the CCR Registration Centers at 1-888-227-2423. OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. The listed FAR clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the internet at http://farsite.hill.af.mil/. 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. Pursuant to FAR Clause 52.212-5, the following clauses are hereby incorporated by reference: FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759), FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)), FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793), FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.225-3, Buy American Act-Supplies (41 U.S.C. 10), FAR 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (41 U.S.C. 10, pub.L.103-187), FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241), FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment, FAR 52.228-5, Insurance-Work on a Government Installation. The following FAR Clauses apply if marked /X/: /X/ FAR 52.214-21, Descriptive Literature, /X/ FAR 52.219-6, Notice of Total Small Business Set-Aside. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 347 CONTRACTING SQUADRON, 4380B ALABAMA ROAD, MOODY AFB GA 31699-1794 NO LATER THAN NOON (12:00 P.M. EST) ON . ALL PROPOSALS SHALL BE MARKED WITH REQUEST FOR PROPOSAL, SOLICITATION NUMBER, RECEIPT OF PROPOSAL DATE & TIME, AND PROJECT TITLE ON THE OUTSIDE OF THE PROPOSAL ENVELOPE. FACSIMILE OFFERS WILL BE ACCEPTED. CONTRACTING OFFICER: BRADLEY E. RICHARDSON. The point of contact for this solicitation is STEVE DAVIS, 229-257-3465, 229-257-4032
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F09607-01-T-0033&L=883)
- Record
- Loren Data Corp. 20010328/99SOL002.HTM (D-085 SN50H2V3)
| 99 - Miscellaneous Index
|
Issue Index |
Created on March 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|