Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
MODIFICATION

71 -- Task and Conference Chairs, Stack chairs

Notice Date
3/13/2008
 
Notice Type
Modification
 
NAICS
423210 — Furniture Merchant Wholesalers
 
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
63010-6238
 
Solicitation Number
NSIOG28051AS02
 
Response Due
3/14/2008
 
Archive Date
3/29/2008
 
Point of Contact
Sharon Lee, Contracting Officer, Phone 314-676-0195, Fax 314-676-3010
 
E-Mail Address
Sharon.D.Lee1@nga.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis/solicitation is amended as follows: Change CLIN 0001 to read as follows: - An example of this item is Allsteel Model RL-MHWFC-2-0-L-CBK-LKM01-BRS14 (Brisa, Indigo). The closing date for this solicitation is extended to 1630 PM March 14 2008. 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 FAR 12 and 13. The North American Industry Classification system (NAICS) code for this acquisition is 423210 with a small business size standard of 500 employees. The solicitation number for this acquisition is NSIOG28051AS02. The NGA plans to issue a firm fixed price Purchase Order (PO)under FAR Part 12 and 13. The requirement is for the following items: CLIN 0001 Task and Conference Chairs, Quantity 234 each, in accordance with the following salient characteristics: a. Frame Color: Charblack b. Mesh Back Color: Carbon (Black) c. Seat Upholstery: Brisa - Grade G, #BRS14 Indigo d. Weight-sensing synchronized tilt mechanism e. Pivoting back with 94.7-112.0 degree adjustment f. Tension lever with 5 settings to adjust from low to high tension. g. Asynchronous height-adjustable lumbar support with 4 inch range. h. Pneumatic seat height adjustment with 5 inch of travel i. Seat depth adjustment with 3 inch range from front to back. j. Fully adjustable arms: Width 3 inch, height 4 inch, depth 4 inch. k. Lifetime Warranty for multiple shifts and users up to 300 lbs. l. Composite 5-star structure base with dual-wheel casters. m. Powder coat frame finish. n. Leno weave mesh back with polyester elastomeric and polyester fill yarn; 100% recyclable. o. Seat and back upholstery and armpads field replaceable. p. All upholstery foams CFC free. q. Flammability compliance with CBT133. r. Meets ANSI/BIFMA X5.1-2002 and G1-2002 s. Overall Size: Height range 39.74 inches-44.75; width 28.5 inches; depth 26.75 inches. t. Seat height range 17.25-22.25 inches; width 19 inches; depth range 15-18 inches. u. Armrests width between arms 17.5 inches-20.5 inches; height adjustment range 6.9 inches-10.9 inches; depth adjustment range 9 inches-13 inches. v. Backrest width 17.5 inches; height 23.8 inches; lumbar support 5.9 inches-9.8 inches back angle range 94.7-112.0 inches. w. Overall weight 47 lbs. x. Brisa seat upholstery: 100% Polyurethane surface with 100% reinforced rayon backing; Abrasion test equals 200,000 double rubs; 13.8 oz. per linear yard. GREENGUARD certified. Example of this item is Allsteel Model RL-MHW-2-0-L-CBK-LKM01-WTH02. CLIN 0002 Stack Chairs with Arms and Casters, Quantity 176 each in accordance with the following salient characteristics: a. Frame Color: Charblack b. Mesh Back Color: Carbon (Black) c. Seat Upholstery: Brisa - Grade G, #BRS14 Indigo d. Steel frame construction and structural moldings. e. Seat and back upholstery and seat foam field replaceable. f. Stack 4 high. g. Powder coat frame finish. h. Leno weave mesh back with polyester elastomeric and polyester fill yarn; 100% recyclable. i. All upholstery foams CFC free. j. Flammability compliance with CBT133. k. Meets ANSI/BIFMA X5.1-2002 and G1-2002 l. Lifetime Warranty for users up to 300 lbs. m. Pivoting back with contoured lumbar support n. 2 inch high-resiliency molded foam padding. o. Multi-surface dual wheel casters, field replaceable. p. Overall Size: Height range 33 inches width 24.5 inches; depth 22.5 inches. q. Seat height 18 inches; width 17 inches; depth 16.3 inches. r. Armrests width between arms 20.5 inches; height 10.1 inches. s. Backrest width 16 inches; height 18.5 inches; lumbar height 8 inches back angle range 100.6-95.4 inches. t. Overall weight 24 lbs. u. Brisa upholstery: 100% Polyurethane surface with 100% reinforced rayon backing; Abrasion test equals 200,000 double rubs; 13.8 oz. per linear yard. GREENGUARD certified. Example of this item is Allsteel Model No. RLM-MCO-3-CBK-LKM01-BRS14. Delivery for all items is required on or before 30 April 2008. Delivery is FOB destination, NGA, Building 1, 3200 South Second Street, St. Louis, MO 63118. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. Vendor shall quote all or none of the listed items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. 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: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, 52.222-3 Convict Labor; 52.222-19 ,Child Labor -- Cooperation with Authorities and Remedies, 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),12 March 2008. All responsible sources may submit a response to Sharon Lee via email sharon.d.lee1@nga.mil or via facsimile, (314) 676 3010. NO TELEPHONE RESPONSES WILL BE ACCEPTED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/NIMA/PCSL-13/NSIOG28051AS02/listing.html)
 
Place of Performance
Address: NGA Building 1 3200 South Second Street St. Louis, MO 63118
Zip Code: 63118
Country: UNITED STATES
 
Record
SN01532528-F 20080315/080313231659 (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.