Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
SOLICITATION NOTICE

71 -- Oversize Record Storage Equipment

Notice Date
8/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-03-Q-0029
 
Response Due
8/22/2003
 
Archive Date
9/6/2003
 
Point of Contact
Santo Plater, Contract Specialist, Phone 301-837-2059, Fax 301-837-3227, - Marty Cruz, Contract Specilaist, Phone 301-837-1633, Fax 301-837-3227,
 
E-Mail Address
santo.plater@nara.gov, narciso.cruz@nara.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 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 Request For Quote (RFQ) Number is NAMA-03-Q-0029. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 15. The requirement is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 332510 and the Small Business Size Standard is 500 employees. All responsible small business sources may submit a quote that will be considered by the National Archives and Records Administration (NARA). CLIN 0001 24 each Viking Metal Cabinet Co., Inc. Model V 413 OR EQUAL with 8 each bases, FOB destination. CLIN 0002 Installation for CLIN 0001. BRAND NAME OR EQUAL PURCHASE DESCRIPTION. VIKING METAL CABINET CO., INC. MODEL V 413. Purchase description/salient physical, functional, and performance characteristics: Cabinets must be stackable up to five high. They must be secured to one another in such a way as not to intrude into the useable interior drawer space or to impose upon the proper opening and closing of drawers. Cabinets must be of sufficient heavy-gauge cold rolled steel, reinforced welded construction to permit five-high cabinet stacking without visible buckling or sagging when fully loaded with foldered paper documents. Cabinets are to be constructed in such a way that water is directed away from the interior drawer space. Exterior dimensions of cabinets will be within ?-inch of the following: width 92-inches; depth 60 ?-inches; height 15 ?-inches. Each cabinet is to have five 2 ?-inch high drawers with safety stops and cushioned drawer bumpers. Interior drawer space is to be adequate to house folders measuring 88-inches wide by 58-inches deep with at least ?-inch clearance on each end and one-inch clearance at the front. The interior useable height is to be no less than 1 ?-inches. Each drawer is to be constructed so as to alleviate document curling in the rear. Each hood is to be no less than 4-inches and no more than 6-inches in depth. There is to be no dust cover and no document compressor within the drawers. Drawer runners are to be of quality stainless steel and ball bearing construction. Drawers are to include a feature to allow them to remain in an open position while contents are being inserted, without the need to hold the drawer open with one hand. Drawers are to open fully loaded to at least 60% of their depth without the risk of the cabinet shifting forward. Each drawer is to have two handle pulls aluminum or steel that are to be situated between 32-inches and 36-inches apart. The handle pulls are to be securely fastened without any projections into the inner drawer area. Each drawer is to have two label-holders welded to the drawer front, designed to hold labels measuring 4 ?-inches by one-inch in size. Heavy-duty flush bases of a height of 4-inches and of the same width and depth as the cabinets must be provided. The bases must be of adequate strength and construction to hold five stacked cabinets with full loads without noticeable buckling or sagging. All cabinets, drawers, and bases are to have corners rounded and exposed edges deburred, and all are to be finished in high-quality, non-off-gassing powder-coated finish of off white, light beige, or light gray color. CLIN 0003 1 each BRAND NAME OR EQUAL PURCHASE DESCRIPTION. VIKING METAL CABINET CO., INC. MODEL 800000-015-000, FOB destination. CLIN 0004 Installation for CLIN 0003. The cabinet is to be provided in accordance with the following purchase description/salient physical, functional, and performance characteristics: Cabinets must be stackable up to two high. They must be secured to one another in such a way as not to intrude into the useable interior shelf space or to impose upon the proper opening and closing of shelves. Cabinets must be of sufficient heavy-gauge cold rolled steel, reinforced welded construction to permit two-high cabinet stacking without visible buckling or sagging when fully loaded with foldered paper documents. Cabinets are to be constructed in such a way that water is directed away from the interior shelf space. Exterior dimensions of cabinets will be within ?-inch of the following: width 121 ? -inches; depth 60 ?-inches; height 42-inches. Each cabinet is to have 15 moveable shelves with safety stops and cushioned shelf bumpers. The cabinet is to have a metal panel on either side adjacent to the front of the cabinet upon which a label holder is to be securely welded. Each label holder is to be of sufficient size and design to hold one 8 ?-inch by 11-inch piece of paper. Interior shelf space is to be adequate to house folders measuring 114-inches wide by 58-inches deep with at least ?-inch clearance on each end and one-inch clearance at the front. The interior useable height (within the hood) is to be no less than two-inches. Each shelf is to include a back plate welded perpendicular to the rear of the shelf, with side plates on either end that extend along and are welded to the two side edges of the shelf for a distance of no less than six-inches depth. The back plates and side plates are to be of no less than two-inches height. A hood of no less than six-inches and no more than eight-inches depth is to be welded to the back plates and side plates to alleviate document curling in the rear and to prevent folders and documents from overextending the shelf in the rear. There is to be no dust cover and no document compressor attached to the shelves. Shelf runners are to be of quality stainless steel and ball bearing construction. Shelves are to include a feature to allow them to remain in an open position while contents are being inserted, without the need to hold the shelf open with one hand. Shelves are to open fully loaded to at least 60% of their depth without the risk of the cabinet shifting forward. A heavy-duty flush base of a height of 4-inches and of the same width and depth as the cabinets must be provided. The bases must be of adequate strength and construction to hold two stacked cabinets with full loads without noticeable buckling or sagging. All cabinets, shelves, and bases are to have corners rounded and exposed edges deburred, and all are to be finished in high-quality, non-off-gassing powder-coated finish of off white, light beige, or light gray color. Defects in design, materials or workmanship that occur within five years of delivery will be remedied by the manufacturer at no additional expense to the purchaser. Costs for delivery and installation must be included in any bid for this contract. Damage to the cabinets, drawers, and bases that is incurred during delivery and installation must be corrected or the products replaced to the satisfaction of the Government at no additional cost to the Government. Delivery is required within 22 weeks from the date of the purchase order. Delivery will be to the National Archives and Records Administration, 3301 Metzerott Road, College Park, MD 20740-6001. Installation is required within 22 weeks from the date of the purchase order. The following clauses and provisions are incorporated and are to remain in full force in any resultant fixed price purchase order. The provision at 52.212-1, Instructions to Offerors ? Commercial Items (Oct 2000), applies to this acquisition as well as any addenda to the provision. Note: Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. The provision at 52.212-2, Evaluation ? Commercial Items (Jan 1999) also applies. The following evaluation factors will be used in awarding the acquisition: past performance, and price. Award will be based on a best value determination, price and other factors considered. The Offeror must include a completed copy of Provision 52.212-3, Offeror Representations and Certifications- Commercial Items (June 2003) with its quote. Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Feb 2002), applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2003), applies to this acquisition. Paragraph (b) of this clause incorporates by reference the following FAR clauses: 52.211-6 Brand Name or Equal, (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by -- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the Offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the Offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the Offeror clearly indicates in its offer that the product being offered is an ?equal? product, the Offeror shall provide the brand name product referenced in the solicitation. 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Viet Nam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Viet Nam Era, and Other Eligible Veterans, 52.225-1 Buy American Act Supplies, 52.232-34 Payment by Electronic Funds Transfer Other Than Central Contractor Registration, and 52.233-3 Protest After Award. DFAR Clause 252.204-7004, Required Central Contractor Registration, also applies to this acquisition. Past performance information must be limited to no more than five contracts or subcontracts for similar work and must be convincing enough to the Government as to the quality level the Government should expect from the Offeror. Offerors are requested to transmit inquiries via email not later than 5 working days before the deadline for receiving quotes to santo.plater@nara.gov or mail via 8601 Adelphi Road, Room 3360. College Park, MD 20740. Quotes for this solicitation must be submitted no later than August 22, 2003, 3:00 PM EDT to Ms. Santo Plater at the email address or mailing address above. Original Point of Contact. Santo Plater, Contract Specialist, Phone (301) 837-2059, Fax (301) 837-3227, Email santo.plater @nara.gov. Fax all questions to Marty Cruz at (301) 837-3227
 
Place of Performance
Address: National Archives and Records Administration Center, 8601 Adelphi Road, Room 3360, College Park, Maryland 20740-6001
 
Record
SN00395382-W 20030809/030807214142 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.