Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2008 FBO #2322
SOLICITATION NOTICE

71 -- Task and Conference Chairs, Stack Chairs

Notice Date
4/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423210 — Furniture Merchant Wholesalers
 
ZIP Code
00000
 
Solicitation Number
NSIOG28091AS01
 
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 423210 with a size standard of 500 employees. The solicitation number for this requirement is NSIOG28091AS01 and the solicitation is issued as a Request for Quotation (RFQ). The NGA plans to issue a firm fixed price purchase order under FAR Part 12 and 13. The requirement is for the following items: 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 423210 with a size standard of 500 employees. The solicitation number for this requirement is NSIOG28091AS01 and the solicitation is issued as a Request for Quotation (RFQ). The NGA plans to issue a firm fixed price purchase order 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. Manufactured in North America •b. Delivery date: Six (6) weeks ARO. •c. Same manufacturer, style/family, finish, and upholstery as stack chair •d. Lifetime Warranty •e. Minimum weight warranty: 300 lbs •f. Overall Size: Width: No less than 26.75 inches, No wider than 28.5 inches; Depth: No less than 25.5 inches, No deeper than 26.75 inches. Height range 36 inches-44.75 inches •g. Weight-sensing synchronized tilt mechanism •h. Pivoting mesh back •i. Tilt-tension lever to adjust from low to high tension •j. Height-adjustable lumbar support with 3 inches-4 inches range •k. Pneumatic seat height adjustment with 5 inches of travel •l. Seat depth adjustment with minimum 3 inch range from front to back •m. Fully adjustable arms: Width, height, and depth •n. Armrests width between arms: Minimum width 17.5 inches-20.5 inches. Maximum width between arms shall not exceed the overall chair width •o. Composite 5-star structure base with dual-wheel casters •p. Meets ANSI/BIFMA X5.1-2002 (structural) and G1-2002 (Ergonomic) ratings •q. Parts field replaceable •r. All upholstery foams CFC free •s. Maximum overall weight 47 lbs •t. Powder coat frame finish: Color: Black •u. Mesh Back: Color: Black •v. Seat Upholstery: Brisa - Number BRS14 Indigo (100% Polyurethane surface with 100% reinforced rayon backing; Abrasion test equals 200,000 double rubs; 13.8 oz. per linear yard. (GREENGUARD certified) An example of this item is Allsteel Model Number: RL-MHW.2.0.L.CBK.LKM01.BRS14 CLIN 0002 Stack Chair w/ Arms & Casters, Quantity 176 each, in accordance with the following Salient Characteristics: •a. Manufactured in North America •b. Delivery date: Six (6) weeks ARO •c. Same manufacturer, style/family, finish, and upholstery as task/conference chair •d. Lifetime Warranty •e. Minimum weight warranty: 300 lbs •f. Size: Width: No less than 23 inches, no wider than 24.5 inches; Depth: No less than 21 inches, no deeper than 22.5 inches. Height 33 inches plus or minus 2 inches •g. Arms: Width between arms minimum 20.5 inches; Maximum width between arms 24.5 inches •h. Pivoting mesh back with contoured lumbar support •i. Minimum 2 inches high-resiliency molded foam seat padding, CFC free •j. Multi-surface dual wheel casters •k. Steel frame construction and structural moldings •l. Stack minimum of 4 high •m. Meets ANSI/BIFMA X5.1-2002 (structural) and G1-2002 (ergonomic) ratings •n. All parts field replaceable •o. Maximum overall weight 24 lbs •p. Powder-coat frame finish: Black •q. Mesh Back Color: Black •r. Seat Upholstery: Brisa - Number BRS14 Indigo (100% Polyurethane surface with 100 per cent reinforced rayon backing Abrasion test equals 200,000 double rubs; 13.8 oz. per linear yard. (GREENGUARD certified) An example of this item is Allsteel Model Number: RLM-MUCO.3.CBK.LKM01.BRS14. COMPLIANCE WITH THE SALIENT CHARACTERISTICS Packages must be clear, concise, complete and may contain, but not consist solely of, a link to the company's website. Offeror must provide evidence that items offered comply with the salient characteristics. Offerors shall include at a minimum the following: •1. Manufacturer's make and model number. •2. Manufacturer's literature/brochure. •3. Complete manufacturing specifications. •4. ANSI/BIFMA X5.1-2002 & G1-2002 test certification data. •5. Upholstery specifications. •6. Upholstery sample or manufacturers color cut sheet. •7. Finish specifications. •8. Complete warranty information. •9. Proof of manufacturing location. •10. Delivery schedule. Items can be submitted electronically, by fax, U.S. mail, and/or courier. Any items incomplete or missing will be technically unacceptable and not considered for award. Delivery is FOB destination NGA Building 1, 3200 South Second Street St. Louis, MO 63118. No installation is required. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. 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; 52.225-3 Buy American Act-Free Trade Agreements- Israeli Trade Act, NOTE: One or more of the items under this acquisition is subject to Free Trade Agreements. 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 4 :30 p.m., Central Daylight Time (CDT), 09 April 2008. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. 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.
 
Record
SN01547096-W 20080405/080404000647-742b17594b3eaeaa4fe32816ee4eb204 (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.