Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

71 -- Tayco Panelink System Furniture

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
442110 — Furniture Stores
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACS, 106 Wynn Drive PO Box 1500, Huntsville, AL, 35807, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-DO9JE963996
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation 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; quotes are being requested and a written solicitation will not be issued. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The North American Industry Classification System (NAICS) code for this acquisition is 442110. For the purpose of this procurement the small business size standard is $6.5M. IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). This is a requirement for systems furniture to match existing Tayco Panelink furniture for the Missile Defense Agency, Infrastructure and Environment Directorate (MDA/DOI). This is a brand name requirement as items from this requirement must match existing Tayco Panelink system furniture. The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil/vffara.htm): FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. FAR 52.212-2, Evaluation ?Commercial Items, 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 (listed in relative order of importance): 1. Technical capability of the items to meet the government?s requirement; 2. Delivery and installation within four (4) weeks after receipt of order; 3. Past Performance; and 4. Price. (A) TECHNICAL REQUIREMENTS System Furniture ? Must match existing Tayco Panelink furniture. ? Bid all parts as described on the parts list. ? Is made of Grade II gray fabric. ? Finish is pear, matching existing furniture. Training Tables ? Shall be 30? x 48? ? Finish is pear, matching existing furniture. ? Load bearing limit shall be no less than 500 pounds. Multi Purpose Table ? Shall be 42? in diameter ? Finish is pear, matching existing furniture. ? Load bearing limit shall be no less than 100 pounds. (B) DELIVERY AND INSTALLATION ? Offerors must confirm in their proposal, they are able to meet delivery and installation of four (4) weeks after receipt of order. (C) PAST PERFORMANCE ? Provide a list of three (3) projects completed during the last three (3) years that are similar in scope to this requirement and a point of contact?s name, telephone number, and email address. The government intends to evaluate only three (3) past performance references. If more than three (3) projects are provided, the government reserves the right to select which three (3) will be evaluated. (D) PRICE ? While the evaluated price is a substantial area to be taken into consideration in the overall integrated assessment of offers, the Government may select other than the lowest priced, acceptable offer if it is determined that the additional capability offered is worth the additional cost. FAR 52.212-3 Alt. 1, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act, applies to this solicitation. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by EFT ? CCR DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7036, Buy American Act?North American Free Trade Agreement Implementation Act?Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests This solicitation is issued as a Request for Quote (RFQ). Submit written offers (oral offers will not be accepted), on Reference Number DO9JE963996. No information concerning this solicitation or requests for clarification will be provided in response to telephone calls. All quotes, and questions or concerns must be emailed to Mr. Anthony Russell ?Anthony.Russell.ctr@mda.mil Ph: (256) 955-9287 and the Contracting Officer, Penelope B. Russell, Penelope.Russell@mda.mil, Ph: (703) 882-6528. Quotes are required to be received no later than 10:00 a.m. Central Time, 19 September 2007.
 
Place of Performance
Address: 106 Wynn Drive/Huntsville/AL
Zip Code: 35805
Country: UNITED STATES
 
Record
SN01407961-W 20070916/070915200325 (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.