Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
MODIFICATION

71 -- Stack chairs and tables

Notice Date
3/29/2007
 
Notice Type
Modification
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13 3838 Vogel Road, Arnold, MO, 63010-6238, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NSIOG27005AS01
 
Response Due
4/3/2007
 
Archive Date
4/19/2007
 
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 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. NGA intends to solicit and award a firm-fixed price contract under Federal Acquisition Regulation (FAR) Part 12 and 13. The North American Industry Classification System (NAICS) code for this acquisition is 337127 with a small business size standard of 100 employees. The solicitation number for this requirement is NSIOG27005AS01. Item 1- Premium comfort stack chair without arms, heavy duty reinforced welded 18 gauge steel frames. Built-in handles at top of chairs, premium metal slides, upholstery grade 7 Vinyl Green in color (MTS Pine Sophistication in color or equal) with leg color antique Gold (MTS Metallic Antique Gold M-2 or equal). Session Fixture Company, Inc. Model 594 or equal, QTY 204 Each. Item 2- Table, 36 inch X 36 inch with 4 inch inlay border (Wilsonart Laminate 7923-07 Versailles Anigre inlay border or equal) and 28 inch by 28 inch inner inlay (Wilsonart Laminate 4572-07 Mesa Desert inner inlay or equal ) and edge (Wilsonart Laminate Dur-a-edge D91-60 slate gray or equal) with Antique Gold (MTS Metallic Antique Gold M-2 or equal ) base or equal with table stabilizer (also known as shox) to match the chair legs, QTY 36 Each. Item 3- Table, 36 inch X 72 inch with 4 inch inlay border (Wilsonart Laminate 7923-07 Versailles Anigre inlay border or equal) and 28 inch by 64 inch inner inlay (Wilsonart Laminate 4572-07 Mesa Desert inner inlay or equal ) and gray edge (Wilsonart Laminate Dur-a-edge D91-60 slate gray or equal) with Antique Gold (MTS Metallic Antique Gold M-2 or equal ) base in color to match the chair legs or equal with stabilizer (also known as table shox), QTY 10. Delivery is FOB Destination to NGA Arnold 3838 Vogel Road, Arnold, Mo 63010-6238 Attn: David K. Jarvis / MS L-090. Please note: 24 hour advance notice required before attempted delivery. Please provide earliest ship dates. Refurbished items are not acceptable for this requirement. All boxes must be sealed and unopened. Delivery is FOB Destination to addresses identified with CLINs on this synopsis/solicitation. Total cost shall include all shipping and handling. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. ADD: TOTAL SHIPPING INCLUDES OFF LOADING OF TABLES AND CHAIRS, REMOVAL FROM BOXES, ON-SITE ASSSEMBLY OF CHAIRS AND TABLES AND REMOVAL OF ALL PACKING MATERIALS TO BE DONE BETWEEN 6AM and 1PM. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The provision at FAR 52-212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement. Offerors are required to submit a completed copy of FAR 52.212-3, Offeror Representations and Certification--Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.219-6 Notice of Total Small Business Set Aside Alternate II; 52.233-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam 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 Vietnam Era and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. In accordance with FAR 12.603(a)(3) (iii) Offers are due to the following email address no later than 16:30 p.m., Central Daylight Time (CDT), 30 March 2007. All responsible sources may submit a response to Sharon Lee via email sharon.d.lee1@nga.mil or via facsimile, (314) 263-8024. NO TELEPHONE RESPONSES WILL BE ACCEPTED. See Attachment. NOTE: Receipt of offer has been extended. Offers are due at 1630 p.m. CDT on April 2, 2007.
 
Record
SN01262485-W 20070331/070329223019 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.