Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOLICITATION NOTICE

71 -- Patient Chairs and Round Tables

Notice Date
7/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, 45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W81DJG80959203
 
Response Due
7/11/2008
 
Archive Date
1/7/2009
 
Point of Contact
Name: Jennifer Cordeiro, Title: Contract Specialist, Phone: 3157726530, Fax: 3157728277
 
E-Mail Address
jennifer.cordeiro@us.army.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 FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W81DJG80959203 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 423210 with a small business size standard of 100 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-07-11 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Carolina Amenity Motion Back Patient Chair #1325, Krueger International Flex Motion Patient Chair, Krueger International Perth Motion Chair or equal. Salient characteristics: Motion mechanism for smooth travel of seat back movement of up to 8 degrees (NOT A RECLINER). Kiln dried WHAD clear maple wood, pre-catalyzed lacquer finish with FiniGuard anti-microbial. Heavy-duty steel seat pan and mechanisms. Ultra-flex spring webbed seat deck. Adjustable glides on feet, waterfall seat edge, fire retardant foam. Mortise and tenon joints, dowels and corner blocks. High back patient chair with upholstered seat and back, wood arms and legs, open side panels. Built in clean out spaces and easy to clean components. Chair measurement range: 23.5-25 inch width x 25.5-29.75 inch depth x 42.75-44 inch height. Seat 20.5-21 inch width x 19.75-18 inch depth x 19.75-19 inch height. Arm 24-26.5 inches. Carmel on maple wood finish color. Fabric salient characteristics: Fire Codes- UFAC Class 1, impermeable moisture barrier (not moisture resistant), breathable backing, stain resistant, anti-bacterial finish, abrasion 50,000 plus double rub minimum. Fabric type: Momentum Textiles, Jest, Chocolate, in Crypton finish, 6 plus woven pattern, small-scale pattern, 1-1/2 inch long and 1 7/8 inch wide repeat, directional pattern, 54 inch wide goods fabric or equal (if quoting a fabric pattern equal you must send all swatches to Jennifer Cordeiro, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602, by 4:00pm Tuesday July 15, 2008)., 210, EA; LI 002, Carolina Amenity Motion Back Patient Chair #1325, Krueger International Flex Motion Patient Chair, Krueger International Perth Motion Chair or equal. Salient characteristics: Motion mechanism for smooth travel of seat back movement of up to 8 degrees (NOT A RECLINER). Kiln dried WHAD clear maple wood, pre-catalyzed lacquer finish with FiniGuard anti-microbial. Heavy-duty steel seat pan and mechanisms. Ultra-flex spring webbed seat deck. Adjustable glides on feet, waterfall seat edge, fire retardant foam. Mortise and tenon joints, dowels and corner blocks. High back patient chair with upholstered seat and back, wood arms and legs, open side panels. Built in clean out spaces and easy to clean components. Chair measurement range: 23.5-25 inch width x 25.5-29.75 inch depth x 42.75-44 inch height. Seat 20.5-21 inch width x 19.75-18 inch depth x 19.75-19 inch height. Arm 24-26.5 inches. Carmel on maple wood finish color. Fabric salient characteristics: Fire Codes- UFAC Class 1, impermeable moisture barrier (not moisture resistant), breathable backing, stain resistant, anti-bacterial finish, abrasion 50,000 plus double rub minimum. Fabric type: Maharam Textiles, 464360 Venn, 008 Thunder in Crypton finish, 6 plus color woven pattern, mid-scale pattern, 7 inch vertical and 7 1/8 inch horizontal repeat, directional pattern, 54 inch wide goods or equal (if quoting a fabric pattern equal you must send all swatches for review to Jennifer Cordeiro, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602, by 4:00pm Tuesday July 15, 2008)., 120, EA; LI 003, Quantity 44Nemschoff Cities Small Uptown, Brandrud Horizon Upholstered Arm Chair 7701, or equal. Salient characteristics: single lounge seat with upholstered side panels, seat and back. Wood arms, legs, and apron under seat. Field replaceable components, and replaceable covers. Built-in open clean-out space. Solid maple wood catalyzed polyurethane wood for heavy use healthcare situations. Measurement range: W 24 x D 24 x H 33. SH 18 x AH 25. Moisture barrier and stain repellent on fabric (woven Crypton). Low formaldehyde emissions. Mortise and tenon joinery or catalyzed lacquer. Light cherry on maple color. Lifetime warranty. Fabric salient characteristics: Seat bottom and back in Momentum Textiles, Cashmere, Bottle. Sides ArcCom, Illusion, AC-68596, Mink #17 or equal (if quoting a fabric pattern equal you must send all swatches for review to Jennifer Cordeiro, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602, by 4:00pm Tuesday July 15, 2008)., 44, EA; LI 004, Nemschoff Cities Small Uptown, Brandrud Horizon Lounge Seat, or equal. Salient characteristics: single lounge seat with upholstered side panels, seat and back. Wood arms, legs, and apron under seat. Field replaceable components, and replaceable covers. Built-in open clean-out space. Solid maple wood catalyzed polyurethane wood for heavy use healthcare situations. Measurement range: W 24 x D 24 x H 33. SH 18 x AH 25. Moisture barrier and stain repellent on fabric (woven Crypton). Low formaldehyde emissions. Mortise and tenon joinery or catalyzed lacquer. Light cherry on maple color. Lifetime warranty. Fabric salient characteristics: seat bottom and back in Maharam Textiles, Venn, 008 Thunder. Sides ArcCom, Illusion, AC-68596, Mink #17 or equal (if quoting a fabric pattern equal you must send all swatches for review to Jennifer Cordeiro, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602, by 4:00pm Tuesday July 15, 2008)., 10, EA; LI 005, Nemschoff Cities Medium Uptown, Brandrud Horizon Loveseat, or equal. Salient characteristics: double lounge seat, with upholstered full height side panels, seat, back and apron. Wood arms, and legs. Field replaceable components, and replaceable covers. Built-in open clean-out space. Solid maple wood catalyzed polyurethane wood for heavy use healthcare situations. Measurement range: W 48 - 49 x D 28-29 x H 31.5-32. Moisture barrier and stain repellent on fabric (woven Crypton). Low formaldehyde emissions. Mortise and tenon joinery or catalyzed lacquer. Light cherry on maple color. Lifetime warranty. Fabric salient characteristics: Seat bottom and back in Maharam Textiles, Venn, 008 Thunder. Sides ArcCom, Illusion, AC-68596, Mink #17 or equal (if quoting a fabric pattern equal you must send all swatches for review to Jennifer Cordeiro, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602, by 4:00pm Tuesday July 15, 2008)., 3, EA; LI 006, Nemschoff Cities Medium Uptown, Brandrud Horizon Sofa, or equal. Salient characteristics: triple lounge seat, with upholstered full height side panels, seat, back and apron. Wood arms, and legs. Field replaceable components, and replaceable covers. Built-in open clean-out space. Solid maple wood catalyzed polyurethane wood for heavy use healthcare situations. Measurement range: W 70 x D 28-29 x H 31.5 x 32.Moisture barrier and stain repellent on fabric (woven Crypton). Low formaldehyde emissions. Mortise and tenon joinery or catalyzed lacquer. Light cherry on maple color. Lifetime warranty. Fabric salient characteristics: Seat bottom, sides and back in Momentum Textiles, Cashmere, Ebony or equal. (if quoting a fabric pattern equal you must send all swatches for review to Jennifer Cordeiro, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602, by 4:00pm Tuesday July 15, 2008)., 3, EA; LI 007, Carolina Boa End Tables #820V-18RD or equal. Salient characteristics: Kiln dried WHAD Maple veneer and solid wood. Wood finish: pre-catalyzed, anti-microbial lacquer finish. Adjustable glides on feet. Circular drum top approximately 8 high with an overall height of 21. Lifetime warranty. Dimensions 18w dia x 21 h. Carmel on Maple., 14, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to jennifer.cordeiro@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal (applicable to patient chairs and tables only); DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.203-6, Restrictions on Subcontractor Sales to the Government;52.219-6, Notice of Total Small Business Set-Aside;52.219-8, Utilizations of Small Business Concerns;52.219-9, Small Business Subcontracting Plan;52.219-14, Limitations on Subcontracting;52.219-28, Post Award Small Business Program Rerepresentation;52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity 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 Veterans52.222-39, Notification of Employee Rights Concerning Payment of Union Dues and Fees;52.222-50, Combating Trafficking in Persons;52.225-1, Buy American Act;52.225-5, Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration;252.219-7003, Small Business Subcontracting Plan; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities;252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program;252.232-7003, Electronic Submission Of Payment Requests; 252.243-7002, Requests for Equitable Adjustment;252.247-7023, Transportation of Supplies by Sea;52.203-3, Gratuities. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). Delivery shall be made in two shipments, one within 30 days after award and the other on September 15th, 2008. The order within 30 days should include: 87 Patient Chairs in Thunder, 2 Boa Tables, 7 One Seaters Bottle, 7 One Seaters Mink, 1 Two Seater, and 1 Three Seater. All other items should be delivered on September 15th, 2008. New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0fde17e5407e311b6236b1c98bc8f19c&tab=core&_cview=1)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN01606265-W 20080704/080702221256-0fde17e5407e311b6236b1c98bc8f19c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.