Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
SOLICITATION NOTICE

71 -- Conference Room Furniture

Notice Date
8/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Defense Logistics Agency, Acquisition Management, Defense Reutilization and Marketing Service, Federal Center 74 Washington Avenue North, Battle Creek, MI, 49037-3092, UNITED STATES
 
ZIP Code
49037-3092
 
Solicitation Number
SP441007R0018
 
Response Due
8/29/2007
 
Point of Contact
Nathanial Gaunt, Contract Specialist, Phone 269-961-4617, Fax 269-961-4474, - Nathanial Gaunt, Contract Specialist, Phone 269-961-4617, Fax 269-961-4474
 
E-Mail Address
nathanial.gaunt@dla.mil, nathanial.gaunt@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This is issued as a Request for Proposal for the procurement of a conference table, chairs, and benches for delivery to the HDI Federal Center in Battle Creek, Michigan. This announcement constitutes the only solicitation that will be issued (this solicitation can also be found at the DRMS website: www.drms.dla.mil); quotes are now being requested. The Defense Reutilization and Marketing Service (DRMS) intends to enter into a firm-fixed price contract. This announcement is published as a TOTAL SMALL BUSINESS SET-ASIDE action per FAR 52.219-1 and 52.219-6. The applicable North American Industry Classification System (NAICS) code is 337214. The small business size standard is 500 employees. This award will be Best Value, based upon quality, delivery timeframe, and price. The Government reserves the right to award to a higher priced firm who provides higher quality and/or a more advantageous delivery timeframe. The Government reserves the right to make multiple awards. Award(s) will be based on whatever is most advantageous to the Government. Bid structure shall be by Contract Line Item Number (CLIN). CLIN Item Description Qty Unit Price 0001 Conference Table 1 EA 0002 Leather Chair 22 EA 0003 Armless 3-seater Bench 4 EA 0004 Delivery/Freight 1 EA SPECIFICATIONS: CLIN 0001 Conference Table ?? Table Top o Overall dimensions 84?? x 252?? o 84?? half round at one end, straight 84?? at other end o 6?? black non-scratch surface border o Dark Mahogany wood veneer inlay o 22.5 degree reverse edge detail o 4 cut outs for power and data ?V locations to be determined o 7 Pre-drilled holes provided for microphones ?V locations to be determined ?? Bases ?V qty 3 o Black o Non scratch surface o Wire access located under table top, each with removable panel access door. o Base 48?? high CLIN 0002 Leather Chair o High back o Dark Mahogany frame o Lumbar back with adjustable lift/height adjustment for ergonomic support o Inside seat measure ?V 19?? W x 19?? D CLIN 0003 Armless 3-seater Bench o Overall - 67?? W x 24?? D; seats ?V 21?? x 21?? o Seats are 18?? high from floor o Fabric ?V Sand color or similar o Frame ?V Dark Mahogany CLIN 0004 Delivery/Freight The offeror must specify the amount of days after receipt of order that delivery will take place. Delivery for the Conference table shall include actual setup/placement inside the conference room. Delivery for the chairs and benches The following clauses will be included in this award: FAR 52.204-7, Central Contractor Registration (JUL 2006) - Lack of registration in the CCR database will make an offeror INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov. FAR 52.212-1, Instructions to Offerors - Commercial Items (JAN 2006); FAR 52.212-2, Evaluation ?V Commercial Items (JAN 1999) The factors in order of importance are: quality, installation timeframe and price. The combined quality and installation timeframe are more important than price. Evaluation of Quality: By quality, the Government means how well the offeror conformed to specifications and to standards of good workmanship. Evaluation of quality will be a subjective assessment. It will not be based on absolute standards of acceptable quality. This is a matter of judgment. Offerors will be given an opportunity to address especially unfavorable reports of quality, and the offeror??s response, or lack thereof, will be taken into consideration. Quality will be rated on an adjectival scale. The Government??s conclusions about the overall quality will be a factor in determining the relative merits of the offeror??s proposal and in selecting the offeror whose proposal is considered the most advantageous to the Government. The Government wants displays that look professional and make an impression. Evaluation of Delivery Timeframe: The total amount of time for completion of this contract will be evaluated, with a shorter timeframe preferred. Timeframes will not be ranked, but will be used in conjunction with the other factors to determine the proposal which represents the best value to the Government. Evaluation of Price: The offered price will be used in conjunction with the other factors to determine the proposal which represents the best value to the Government. FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (SEP 2006) - The certification can be found at our DRMS website at http://www.drms.dla.mil. Click on Procurement, then click on Clauses and Provisions, go to Current Clauses and click on Fill-in Clauses. It is the first clause. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (SEP 2005) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEP 2006). The following clauses under 52.212-5 will apply: (b)(5)(14)(15)(16)(17)(19)(24)with Alternate II, (26)(29)(31); FAR 52.232-25, Prompt Payment (OCT 2003). The following clauses under the Defense Federal Acquisition Regulation Supplement (DFARS) apply: DFARS 252.204-7004, Alternate A (NOV 2003). Copies of the FAR/DFARS clauses can be found on the Internet at http://farsite.hill.af.mil. FAR 52.232-25, Prompt Payment (OCT 2003) Proposed/offered fabric and wood color samples shall be provided with quote. A drawing and/or picture is required for each CLIN. Proposals will be accepted by facsimile at (269) 961-4474 or e-mail to nathanial.gaunt@dla.mil. Questions must be submitted in writing by 8:00 a.m. Eastern time on August 20th. Proposals must be received no later than 8 a.m. EST, August 29th, 2007. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-AUG-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-SEP-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DLA/J3/DRMS/SP441007R0018/listing.html)
 
Place of Performance
Address: HDI Federal Center, 74 Washington Avenue North, Battle Creek, Michigan
Zip Code: 49037-3092
Country: UNITED STATES
 
Record
SN01421136-F 20070927/070925231715 (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.