Federal Bid

Last Updated on 16 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
Tracy Iowa

Galley Equipment

Solicitation ID N4155713RC061CO
Posted Date 26 Aug 2013 at 10 PM
Archive Date 16 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa5240 36 Cons Lgc
Agency Department Of Defense
Location Tracy Iowa United states
ITEM NO. AND DESCRIPTION OF SUPPLIES
0001 - Seating Booth Booth - Quantity 6 EA
60"L x 36"H, single, tailored/sewn back, upholstered seat, black, vinyl lower base

0002 Seating Booth - Quantity 7 EA
60"L x 36"H, double, tailored/sewn back, upholstered seat, black, vinyl lower base

0003 - Laminate Table Top - Quantity 10 EA
Table top, rectangle, 36" x 59", laminate top, maple edge

0004 - Metal Table Base - Quantity 10 EA
22" dining height metal "H" Table base, (2) 22" end bases with 3" columns with welded cross bar between columns. For rectangular tabletops 36" x 60"

0005 - Laminate Table Top - Quantity 55 EA
Table top, rectangle, 36" x 48", laminate top, maple edge

0006 - Metal Table Base - Quantity 55 EA
22" dining height metal "H" Table base, (2) 22" end bases with 3" columns with welded cross bar between columns. For rectangular tabletops 36" x 48"

0007 - Laminate Table Top - Quantity 4 EA
Table top, round, 36" diameter, laminate top, maple edge

0008 - Metal Table Base - Quantity 4 EA
Table base, 30" x 30" base spread, 42" bar height, 3" steel column, 9" cast iron spider

0009 - Chair - Quantity 260 EA
Americana Series Side Chair, metal criss cross design, 1" pullover seat, non-marring clear butyrate glides, grade 9 upholstered.

0010 -Bar stool - 30 EA
Americana Series Bar stool, metal criss cross design, 1" pullover seat, footrest with cover, grade 9 upholstered.

 


Description:
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.
Solicitation number N4155713RC061CO is issued as a request for quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69.
This acquisition is reserved exclusively for small business participation, IAW FAR 19.502-2. The applicable NAICS is 337122 and the small business size standard for this code is 500 employees.
Andersen AFB, Guam requires the commercial items with the following details:
CLIN Descriptions Qty. U/M
0001 Seating Booth, 6 each
60"L x 36"H, single, tailored/sewn back,
Upholstered seat, black, vinyl lower base

0002 Seating Booth, 7 each
60"L x 36"H, double, tailored/sewn back,
upholstered seat, black, vinyl lower base

0003 Laminate Table Top 10 each
Table top, rectangle, 36" x 59",
laminate top, maple edge

0004 Metal Table Base 10 each
22" dining height metal "H" Table base, (2) 22"
end bases with 3" columns with welded cross
bar between columns. For rectangular tabletops 36" x 60"

0005 Laminate Table Top 55 each
Table top, rectangle, 36" x 48", laminate top, maple edge

0006 Metal Table Base 55 each
22" dining height metal "H" Table base, (2) 22"
end bases with 3" columns with welded cross bar
between columns. For rectangular tabletops 36" x 48"

0007 Laminate Table Top 4 each
Table top, round, 36" diameter, laminate top,
maple edge

0008 Metal Table Base 4 each
Table base, 30" x 30" base spread, 42" bar height,
3" steel column, 9" cast iron spider

0009 Chair 260 each
Americana Series Side Chair, metal criss cross
design, 1" pullover seat, non-marring clear
butyrate glides, grade 9 upholstered.

0010 Bar stool 30 each
Americana Series Bar stool, metal criss cross
design, 1" pullover seat, footrest with cover, grade 9 upholstered.

Quotes should include material description, catalog or other photos for technical acceptance.
**Shipping must be included in CLIN 0001 through 0010** to Tracy Depot Consolidation Center, Tracy, California 95304.

The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.
The Lowest Price Technically Acceptable (LPTA) source selection process will be used. The Government will award a contract resulting from this solicitation to the responsible concern whose quote conforming to the solicitation has the lowest overall evaluated price inclusive of shipping. To be acceptable for award, the quoted product must meet or exceed the characteristics listed in item above.
Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition:
a) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).
b) Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).
c) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
d) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).
e) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012)
f) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010)
g) 52.219-6, Notice of Total Small Business Aside (Nov 2011)
h) 52.219-28, Post Award Small Business Program Representation (Apr 2012)
i) 52.222-26, Equal Opportunity (Mar 2007)
j) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
k) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
l) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
m) 52.225-1, Buy American Act--Supplies (Feb 2009)
n) 52.212-2, Buy American Act Certificate (Feb 2009)
o) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)
p) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)
q) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) with its Alternate I
r) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation

The following provisions and clauses also apply to this acquisition:
a) FAR 52.204-99 - System for Award Management Registration
b) DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials
c) DFARS 252.225-7001 Buy American and Balance of Payments Program
d) DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports
e) FAR 52.211-6 Brand Name or Equal

A Defense Priorities and Allocations System (DPAS) rating has not been assigned to this acquisition.
All firms must be registered in the System for Award Management (SAM)@www.sam.gov and shall be considered for award.
Quotes must be emailed to Teresita Untalan at [email protected]. Oral quotes will not be accepted. Quotes are due on 1 SEPTEMBER 2013 at 4:00 PM EST.
Please send any questions to the previous listed email or call (671) 366-4257 for information regarding this solicitation.

 

Bid Protests Not Available

Similar Past Bids

Portsmouth Virginia 05 Mar 2018 at 4 PM
Jacksonville Florida 05 Aug 2017 at 11 PM
Norfolk Virginia 06 Jan 2021 at 6 PM
Location Unknown 18 Aug 2021 at 4 AM
Location Unknown 27 Sep 2021 at 4 AM

Similar Opportunities

Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Pennsylvania 01 Aug 2025 at 4 AM (estimated)
Louisiana 08 Jul 2025 at 2 PM
Pennsylvania 26 Jul 2025 at 4 AM (estimated)
Pennsylvania 26 Jul 2025 at 4 AM (estimated)