Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2005 FBO #1319
MODIFICATION

71 -- Laboratory Furniture

Notice Date
7/5/2005
 
Notice Type
Modification
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit - PPMS, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
E001128
 
Response Due
7/27/2005
 
Archive Date
8/11/2005
 
Point of Contact
Debra Chapman, Contract Specialist, Phone 703 632-6256, - Debra Chapman, Contract Specialist, Phone 703 632-6256,
 
E-Mail Address
dchapman@fbiacademy.edu, dchapman@fbiacademy.edu
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment No. 0002: ALL REQUESTS FOR SITE VISITS MUST BE MADE ON OR BEFORE 3:00 PM THURSDAY, JULY 7, 2005. THOSE WHO HAVE REQUESTED SITE VISITS WILL BE NOTIFIED OF THE DAY AND TIME AFTER 3:00 PM ON 7/7/05. This is a combined solicitation/synopsis 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; quotations are being requested and a written solicitation will not be issued. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. Solicitation Number E001128 is being issued as a Request for Quotation (RFQ) under FAR Parts 12 and 13 for the following: C.0 The Federal Bureau of Investigation has a requirement to procure and install Fisher Hamilton Max Lab Casework laboratory workbenches and cabinets with doors and Maple (wood) tops at their facility in Newington, VA. This furniture shall be custom fitted within the required space using GSA Schedule stock items. C.1: Installation shall be included, however will not include electrical, plumbing or mechanical connections or disconnections. C.2 Contractors will be allowed to view the facility space prior to submitting their quote to take measurements of the area the furniture will be installed in to allow vendors to facilitate their quote. A valid Driver?s License or other government credentials will be necessary for entrance for the site visit. PLEASE NOTE: PROOF OF PROPER FBI CLEARANCES SHALL BE SUBMITTED FOR ALL CONTRACTOR?S EMPLOYEES WHO WILL BE PREFORMING INSTALLATION WORK AT THE FBI FACILITY. PROPER CLEARANCES ARE A REQUIREMENT FOR AWARD. OFFERORS SHALL BE REQUIRED TO HAVE ALL CLEARANCES BY THE DUE DATE OF SUBMISSION OF QUOTATIONS TO BE CONSIDERED FOR AWARD. C.4 The Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-4. This RFQ is being conducted as a 100% small business set aside. The applicable NAICS is 339111 and the small business size standard is 500 employees. This requirement will be awarded on an all or none basis as a commercial item firm-fixed price contract under FAR Parts 12 and 13. This RFQ is for Brand Name or Equal in accordance with FAR 11.104. Substitute brands may be provided if they perform the same function. If quote is for an ?equal? product, specifications of the item must be included in the quote. Products equal to Brand Name must be accompanied with verifiable references. References will be evaluated by a technical panel for acceptance prior to award. Technical capability will be determined solely on the content and merit of the information submitted in response to this provision. Therefore it is incumbent on the interested party to provide sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the proposal. Items shall be delivered installed within 8 weeks after date of award, on or before September 30, 2005. Delivery shall be made to FBI Annex, Lorton, VA. The justification for Brand name or Equal is that all furniture meeting this requirement must be physically compatible with existing lab furniture and shall meet the specific functional requirements of this furniture. The furniture colors shall be ascetically pleasing with the current furniture that will be seen within the same space. Offerors are requested to send color samples with their quotations. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government?s rights under the Inspection Clause, nor does it limit the Government?s rights with regard to the other terms and conditions of the contract. In the event of a conflict the terms and conditions of the Government?s contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of all items provided to the government by the contractor. FAR Clauses and provisions that apply to this acquisition can be obtained from the website http://www.arnet.gov/far/. FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005) is incorporated by reference and applies to this acquisition. FAR 52.212-2 Evaluation-Commercial Items applies to this combination solicitation/synopsis. Award evaluation will be in accordance with FAR 13.106-2 and will be based on price and other factors most advantageous to the government. 52.212-3 Offeror Representations and Certifications-Commercial Items (March 2005) applies to this combination solicitation/synopsis. Please note: All offerors and prospective contractors must be registered on the ONLINE Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) is incorporated by reference and applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2005) is incorporated by reference and applies to this acquisition. Applicable clauses under 52.212-5 include: 52.203-6 Alternate I, 52.222-3, 52.222-19,52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.232-33,52.232-36, 52.239-1, 52.222-41,52.222-43, 52.222-44.52.211-6, Brand Name or Equal, and 52.247-33 FOB destination also apply to this requisition. Site visits will be scheduled during the period of July 11, 2005 through July 13, 2005. No more than 2 people from each company may attend the site visit. Each vendor will be limited to a time period of no more than 2 hours for their site visit. Please call Debra Chapman at (703) 632-6256 or email to dchapman@fbiacademy.edu to request site visit. Quotations are due to the Engineering and Contracts Unit, Attn: Debra Chapman, to either FAX no. (703) 632-6103 or emailed to dchapman@fbiacademy.edu on or before 11:00 AM EST, July 27, 2005. All responsible sources may submit a quotation which shall be considered by the agency. THE AWARDEE SHALL BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION DATABASE AS REQUIRED UNDER FAR 52.204-7 (OCT 2003) PRIOR TO RECEIVING AN AWARD. Information concerning CCR requirements can be accessed at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. For information regarding this combination solicitation/synopsis contact Debra Chapman, (703) 632-6256 or email to dchapman@fbiacademy.edu
 
Place of Performance
Address: FBI, 8540J Terminal Road, Lorton, VA
Zip Code: 22079
Country: USA
 
Record
SN00841257-W 20050707/050705211727 (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.