Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Denali Hall Artwork

Solicitation Number: FA5000-08-T-0015
Agency: Department of the Air Force
Office: Pacific Air Forces
Location: 3 CONS - Elmendorf
  • Print

Note:

There have been modifications to this notice. To view the most recent modification/amendment, click here
:
FA5000-08-T-0015
:
Award
:
Added: Sep 18, 2008 8:31 pm Modified: Sep 26, 2008 11:44 pmTrack Changes
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 not being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and DFARS Change Notice (DCN) 20080915. This acquisition is 100% set aside for small business.



The contractor shall furnish all management, supervision, labor, parts, material, and equipment necessary to provide the following supplies and services: 786 each Framed Prints. Contractor shall provide at least 35 sample pictures (or make available electronically) depicting Alaskan (or similar) landscape, scenery and wildlife for selection.



Framing Specifications:

1. Solid wood frame– no MDF or Polystyrene. Cherry Finish with pewter, gold or silver-colored inner lip.

2. Frame shall be 3” in width and approximately 0.8” in depth.

3. Frame shall be sealed, stained, lacquer-coated and finished

4. Finished frame shall accommodate the print with matting as specified in #6.

5. Print shall be covered with non-glare acrylic glazing 0.06” thick.

6. Matting: Double-paper acid-free matting; 3” outer mat border width on all sides, neutral off white color; 3/8” inner mat reveal on all sides, color shall compliment image.

7. Hanger Hardware: 3-point security mount hardware attached at factory. Contractor shall provide all hardware for wall mounting.

8. All units will be paperbacked to prevent dirt or debris from entering sealed units.

9. Shipped FOB destination to Elmendorf AFB, AK and installed at Bldg 7159. Anticipated date installation must begin is 1 Feb 09 and must be finished by 15 Feb 09. Installation includes uncrating, placement, and installation at the proper location and elevations along with the removal of all debris from installation areas. Contractor is responsible for disposal of all packaging off base.



The applicable North American Industry Classification (NAICS) Code for this procurement is 339999 with a small business size standard of 500 employees. Award will be made to the lowest priced, technically acceptable offer.



Contractor must provide a fully framed, matted sample for evaluation. Sample and quote must be received in the Contracting Office not later than 1600 AST 25 September 2008. Suggested

The full text of a FAR provision or clause may be accessed electronically at http://farsite.hill.af.mil. The following provisions apply to this acquisition: FAR clause 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: FAR clause 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5(Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-- Commercial Items; and 52.233-2, Service of Protest. Only the following FAR clauses cited in the clause are applicable. 52.203-6, Restrictions on Subcontractor Sales to the Government & Alt I; 52.219-6, Total Small Business Set Aside; 52.219-8, Utilization of Small Business concerns;52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on certain foreign purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-2, Clauses Incorporated by Reference; The following additional clauses apply: 252.212-7000, Offeror Reps & Certs—Commercial; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act – Balance of Payments; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, Buy American - Free Trade Agreement – Balance of Payment Program; 252.232-7003, Electronic Submission of Payments Requests; 252.243-7004, Requests for equitable adjustments; 252.247-7023, Transportation by Sea and Air and PACAF FARS 5353.242-9000, Contractor Access to Air Force Installation.



Offers are due by 29 September 2008, 9:00 AM, Alaska Standard Time. Submit offers via fax to (907) 552-7496, email to tina.spangler@elmendorf.af.mil or by mail at 10480 22nd St. Elmendorf AFB, AK 99506. For information contact TSgt Tina Spangler, Contract Specialist, or Ms. Michele Cameron, Contracting Officer. Phone (907) 552-7563 or (907) 552-5587 or Fax (907) 552-7496.



NOTE: All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. Registration is not automatic so immediate attention to ensure eligibility is recommended. For registration, go to http://ccr.gov and follow the instructions.

Added: Sep 19, 2008 8:38 pm Modified: Sep 26, 2008 11:44 pmTrack Changes
Sample shall be a fully matted and framed image. The minimum acceptable sample frame size is 10" x 13" . Stain shall be a shade of cherry. The exact shade will be confirmed with the order.



Clarified requirements: Acid-free matting. Gold, silver or pewter inner lip on frame. This requirement is now funded.



Contractors that have already submitted samples are not required to resubmit samples, however, ALL are required to submit revised pricing in accordance with the attached CLIN structure.
Added: Sep 29, 2008 6:08 pm
.
Please consult the list of document viewers if you cannot open a file.

Response to Questions

Sensitive/Secure Package:
no
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Response to Questions
Posted Date:
September 20, 2008
Questions.doc (22.50 Kb)
Description: Questions

Questions 2

Sensitive/Secure Package:
no
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Questions 2
Posted Date:
September 22, 2008
Questions 2.docx (11.61 Kb)
Description: Questions

Bid Schedule

Sensitive/Secure Package:
no
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Bid Schedule
Posted Date:
September 26, 2008
Bid Schedule.xls (25.50 Kb)
Description: Bid Schedule and evaluation criteria for sample submissions.
:
10480 22nd Street
Elmendorf AFB, Alaska 99506-2500
:
Denali Hall
7153 Fighter Dr.

Elmendorf AFB, Alaska 99506
United States
:
Tina M Spangler,
Contract Specialist
Phone: 907-552-7563
Fax: 9007-552-7496
:
Michele D Cameron,
Contracting Officer
Phone: (907)552-5587
Fax: (907)552-7496