Requirement Description: Travis AFB intends to award for Kinsgston Patio Furniture
The requirement is as follows:
CLIN0001-KINGSTON RECTANGULAR EXTENSION DINING TABLE AND CHAIRS: MODEL #64500013TEAK BRAND NAME OR EQUAL: CRAFTED OF SUSTAINABLE HARVESTED PREMIUM TEAK. BRUSHED WITH WEATHERED GREY FINISH WITH THE PATINA OF AGE. TEAK WILL CONTINUE TO WEATHER TO A DEEPER SHADE OF SILVERY GREY WITH EXPOSURE TO THE ELEMENTS. BUTTERFLY EXTENSION EXPANDS RECTANGULAR TABLE FROM 80" TO 116", THEN FOLDS CONVENIENTLY UNDERNEATH WITH NO PIECES TO STOW AWAY WHEN NOT IN USE. SEATS EIGHT WITH EXTENSION, SIX WITHOUT. STURDY MORTISE AND TENON CONSTRUCTION. TABLE: 80"-116"L x 40"W x 30"H ARMCHAIR SEAT: 17"H x 29"W x 22"D x 37"H SIDECHAIR SEAT: 17"H x 20"W x 22"D X 37"H MODEL #64500013TEAK OR EQUAL` QTY: 1Ea
CLIN0002-KINGSTON SIDE CHAIR CUSIONS OR EQUAL LINEN CANVAS #64500020LIN OR EQUAL QTY: 4Ea
CLIN0003-KINGSTON ARMCHAIR CUSHIONS OR EQUAL LINEN CANVAS POLY-FILLED. CUSHIONS ARE FADE, STAIN AND MILDEW RESISTANT #64500019LIN OR EQUAL QTY: 2Ea
CLIN0004-MODEL #6450000TEAK OR EQUAL KINGSTON LOUNGE CHAIR: INTRICATE CHIPPENDALE LATTICE WORK, CRAFTED SUSTAINABLY, HARVESTED PREMIUM TEAK, WEATHERED GREY FINISH WITH PATINA OF AGE-WILL WEATHER TO A DEEPER GREY WITH EXPOSURE TO THE ELEMENTS. STURDY MORTISE AND TENON CONSTRUCTION WITH GENTLY FLARED ARMS. DIMENSIONS: 37"W x 32"D x 29"H OR EQUAL QTY: 1Ea
CLIN0005-KINGSTON LOUNGE CHAIR CUSHIONS OR EQUAL LINEN CANVAS: POLY-FILLED SUNBRELLA CUSHION IS FADE, STAIN AND MILDEW RESISTANT MODEL #64500021LIN OR EQUAL QTY: 1Ea
CLIN0006-SHIPPING AND HANDLING QTY: 1Ea
The following provisions/clauses apply to this solicitation:
FAR clauses:
52.211-6 Brand Name or Equal- to be considered an equal item, the items must meet the discriptions of the items listed above.
52.212-1 Instruction to Offerors - Commercial Items,
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: (i) technical capability of the item offered to meet the Government requirement; (ii) price,
52.212-3 (ALT I) Offeror Representations and Certifications -- Commercial Items,https://orca.bpn.gov/
52.212-4 Contract Terms and Conditions -- Commercial Items
52.212-5 Contract Terms and Conditions -- Commercial Items (Deviation)
52.219-28 Post Award Small Business Program
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-50 Combating Trafficking in Persons
52.233-4 Applicable Law for Breach of Contracts
52.252-2 Clauses Incorporated by Reverence *** Use the following fill-in: http://www.arnet.gov/far or http://farsite.hill.af.mil
52.252-6 Authorized Deviation in Clauses*** Use the following fill-in: Defense Federal Acquisition Regulation 48 Chapter 2
DFARS Clauses
252.204-7003 Control of Government Personnel Work Products
252.212-7001 Contract Terms and Conditions (Dev)
252.225-7001 Buy American Act and Balance of Payment Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.232-7003 Electronic Submission of Payment Requests
252.247-7023 (Alt III) Transportation of Supplies by Sea
AFFARS Clauses
5352.201-9101 OMBUDSMAN
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. All Vendors must actively be registered with the Central Contract tor Registration (CCR) [ http://www.ccr.gov], at Wide Area Work Flow (WAWF) [http://wawf.eb.mil], and at Online Representations and Certifications Application (ORCA) at [http://orca.bpn.gov].
Please send any responses to [email protected] or fax to 707 424 7737. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. Please submit all questions or concerns pertaining to the solicitation NO LATER THAN 16 September 2010 via fax or email to the appropriate point of contact. All responsible sources may submit a quote which will be considered by the agency, NO LATER THAN 17 September 2010 , 12:01 PM, PST, quotes are to be provided by fax or email.
Points of contact:
Contracting Specialist: SSgt Brock A. Bell - 707 424 7724 - [email protected]
Contracting Officer: SSgt Squires Elizabeth - 707 424 7761 - [email protected]
Fax Number: 707 424 5189
NOTE: The original solicitation was posted to www.fbo.gov, keyword/solicitation #: FM442702210105. If this solicitation has been received from an alternate source please send email to Contract Specialist to be notified of any modification to this posting up until it is scheduled to close. Failure to provide this notification may result in not receiving the proper information necessary to provide a qualifying quote