Solicitation Number: F1W3EE2111A001
Description:
This solicitation is for Brand Name or Equal items. Please submit technical specifications for quotes on "or equal" items. This procurement is a Total Small Business Set Aside. The applicable NAICS code is 337910, Mattresses Manufacturing. The Small Business Size Standard is 500 EMP.
Line Item 0001: Mattress Salient Characteristics
Must have at a Minimum:
-Twin Extra-Long Size; 38"x80"x7.5"
-Heavy Duty Coil Spring
-Flame Resistant IAW 16CFR 1633
-Quilted Damask
-Fiber Pad
-7/16" Foam each Covered with Densified Fire Retardant Fiber also Covering the Border
-Matching Tick with Cloth Tape
-Delivery: FOB Destination; 30 days After Date of Contract
Quantity: 370 Each
All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract Number (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price.
Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by Tuesday, May 15, 2012 at 4:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC; A1C Angel Delgado, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-7170, Fax (907) 552-7497, [email protected].
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 (effective 18 Apr 2012), Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20120420 (effective 20 Apr 2012), and Air Force Acquisition Circular (AFAC) 2012-0330 (30 Mar 2012).
The Following Provisions and/or Clauses apply to this acquisition:
FAR Provision 52.212-1 Instructions to Offerors - Commercial Items (CI) (Feb 2012)
FAR Provision 52.212-2 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:
1. Technical Ability and Qualifications;
2. Price
This will be a Lowest Price Technically Acceptable (LPTA) purchase. Technical acceptability - at a minimum - will consist of meeting all of the characteristics above.
FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2012) with Alternate I(Apr 2011). An Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision.
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment (Dec 2010)
52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012)
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2012)
52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)
52.219-28, Post Award Small Business Program Representation (Apr 2012)
52.222-3, Convict Labor (Jun 2003)
52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012)
52.222-21, Prohibition of Segregated Facilities (Feb 1999)
52.222-26, Equal Opportunity (Mar 2007)
52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
52.222-50, Combating Trafficking in Persons (Feb 2009)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
52.233-3, Protest After Award (Aug 1996)
52.233-4, Applicable Law for breach of Contract Claim (Oct 2004)
52.247-64, Preference for Privately Owned U.S. Flag Commercial Vehicles (Feb 2006)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)
252.209-7999 with Class Deviation 2012-00004, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal law (Jan 2012)
252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2012)
252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program(Oct 2011)
252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program (Oct 2011)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008)
252.232-7010, Levies on Contract Payments (Dec 2006)
252.247-7023, Transportation of Supplies by Sea (May 2002)
252.247-7023 Alt III, Transportation of Supplies by Sea (May 2002)
Questions may be submitted until 1300 hrs (1:00pm), Alaska Standard Time or 1700 hrs (5:00pm) Eastern Standard Time (EST), Monday, 14 May 2012. Submission may be made to Contract Specialist, Angel Delgado via email to [email protected] or phone at (907) 552-7170. Questions must reference the solicitation number.
Due date, time and method of response: All quotes are due on or before 1200 hrs Alaska Standard Time or 1600 hrs (4:00 pm), Eastern Standard Time (EST), Tuesday, 15 May 2012. Electronic quotes are acceptable. Submission may be made via email to [email protected] or via facsimile at 907-552-7496, Attn: Angel Delgado. Quotes must reference the solicitation number.
In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations:
A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.
When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred.
All referenced Federal Acquisition Regulation (FAR) and the clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil.
Contracting Office Address:
673D Contracting Squadron/LGCC
10480 22nd Street, Suite 356,
JBER, AK 99506
United States
Place of Performance:
6346 Arctic Warrior Dr.
Bldgs. 7079/7083/7113/8005/8113
JBER, AK 99506
United States
Primary Point of Contact:
Angel Delgado,
Contracting Specialist
[email protected]
Phone: 907-552-7170