Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

71 -- Modular Workstations Furniture (DOIM)

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Sam Houston, 17th Str. Bldg 4197 , San Antonio, TX 78234
 
ZIP Code
78234
 
Solicitation Number
W45B9H822N101
 
Response Due
9/22/2008
 
Archive Date
3/21/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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 W45B9H822N101 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 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 500 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 2008-09-22 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be San Antonio, TX 78234 The USA ACA Ft. Sam Houston requires the following items, Brand Name or Equal, to the following: LI 001, AIS Workstations and panels (see SOW)Web Development Branch (Door L): The contractor will furnish and install Four (4) systems style workstations. Three of these workstations will be L shaped. One (1) will be straight. Between two (2) of the L workstations, there will be a work surface that is 24x84 to connect the two. All these workstations will have 66 high tack able panels. There will be eight (8) flipper door overheads, four (4) file/file pedestals (peds), four (4) box/box file pedestals and eight (8) task lights. A Licensed electrician will connect 3 base-in-feeds., 1, LOT; LI 002, AIS Workstations and panels (see SOW) System Solution Branch (Design Engineering) The contractor will furnish and install 9 workstations. The workstations will line four walls. There should be panels as follows: (7) 66hx60 tack able panels, four (4) 66 hx36 tack able panels. The work surfaces will include Seven (7) 24X60 work surfaces, four (4) 24x36 work surfaces, two (2) 24X36 corner work surfaces, eleven (11) flipper overheads units ten (10) box/box file pedestals and two (2) file/file pedestals. 11 task lights. A licensed electrician will disconnect 3 base feeds and connect 2 new base feeds. All necessary connection parts per parts list provided., 1, LOT; LI 003, AIS Workstations and panels (see SOW)DOIM Management Division The contractor will furnish and install 82high, non-powered, panels to enclose one private office. There will be three (3) 82x48 panels, one (1) 82x24 panel. The vendor will also provide five (5) L shaped systems workstations with power. The five work stations will be comprised of 66H tack able panels with two flipper door units, and two (2) task lights per each workstation. The workstations will include a box/box file pedestals, five and file/file pedestals per station. A licensed electrician will disconnect 5 workstations and connect five (5) new workstations., 1, LOT; LI 004, AIS Workstations and panels (see SOW)Network Operations Branch The contractor will furnish and install 82 high (non powered) panels, with door to enclose the whole area. There will be thirteen (13) 82hx36 panels, four (4) 82hx24 panels, one 48 door and wall mounts. Four (4) 24X72 work surfaces, eight (8) flipper door overheads, eight (8) task lights, four (4) file/file pedestals, four (34 box/box file pedestals, and one 24x42 inch work surface for existing printer with storage under. A Licensed electrician will disconnect two (2) power poles and connect new one (1) power pole and one (1) base-in feed., 1, LOT; LI 005, AIS Workstations and panels (see SOW)DOIM IA Section (Door J) The contractor will furnish and install 82 high wall to wall panels to create private, secured area with door. This wall includes two (2) 82x48 panels, three (3) 82x36panels and one (1) 82x24 panel. One (1) 82x48 door. Contractor will create, two private offices using 82 high, powered, and panels with door each office. There will be a total of eight (8) systems workstations; all include flipper doors, task lights and file pedestals. A licensed electrician will disconnect 4 base-feeds and connect new 4 base-in-feeds., 1, LOT; LI 006, AIS Workstations and panels (see SOW)DOIM Data Center: The contractor will furnish and install panels to outline some existing freestanding workstations and provide eight (8) new workstations. The panels and workstations will be as follows; five (5) 66 tack able panels tack able high X 48 panels, sixteen (16) 66 tack able panels high X 36 panels, nine (9) 66 tack able panels high X 24 panels. These 66 high tack able panels high will line the existing freestanding desk as well as support four (4) 24X60 work surfaces with overhead flipper door units with task lights. Vendor will also provide four (4) 24X72 work surfaces with two flipper door units and two shelves. Eight (8) File/file pedestals total; one per new workstation. Additional panels will have lower fabric/ part upper glass and will be 82 high. There will be six (6) 82X36 panels, one (1) 82x48 and one (1) 82X24 all the half glass. A licensed electrician will connect 3 base feeds and 2 j-boxes 120-volt receptacles 20 amps. All systems power is 8 wires, 4 circuits., 1, LOT; LI 007, AIS Workstations and panels and Conference Table(see SOW)Systems Solutions Section (PM area) The contractor will furnish and install 82 high panels to create conference room. Conference room will have three (3) 82X30 panels, two (2) 82X24 panels, and three (3) 82x 48 panels and one 82X48 door. No power in the conference room panels. Laminate, conference table is 96X36 with crossed shaped table bases, no power in table. The thirteen workstations will be comprised of tack able 66 tack able powered panels; nine (9) box/box files, thirteen (13) file/file pedestals, twenty-one (21) flipper door overheads and (17) task lights. One (1) Power Pole as needed. A licensed electrician should disconnect 7 base feeds and connect 5 new base feeds., 1, LOT; LI 008, Design, 1, EA; LI 009, Installation (see SOW), 1, EA; For this solicitation, USA ACA Ft. Sam Houston 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. Sam Houston 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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 gerry.brown@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (Continental U.S.) No partial shipments unless otherwise specified This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. Please see the full provision at http://farsite.hill.af.mil/vffara.htm (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) a) Definitions. As used in this clause(1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation.(2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.(3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract.(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.(c) The Contractor may submit a payment request and receiving report using other than WAWF only when (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officers determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d)The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) FAR 52.212-5, Executive Orders-Commercial Items, will apply: 52.219-14 (portion set aside for SB and >100K) 52.219-6 (SB set-aside)52.222-352.222-1952.222-2152.222-2652.222-35 (>100K)52.222-36 (>10K) 52.222-37 (if 52.222-35 is checked)52.222-5052.225-13 52.232-33. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm 252.212-7001 is incorporated with the following clauses: 252.203-3 (>100K)252.225-7001 (all except IT)252.225-7012 (>100K) 252.243-7002 (>100K)252.247-7023 The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm 52.204-7 Central Contractor Registration (APR 2008), 52.212-1 Instructions to OfferorsCommercial Items (JUN 2007), 52.212-4 Contract Terms and ConditionsCommercial Items (FEB 2007), 52.247-34 F.o.b. Destination (Nov 1991), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004), 52.209-6 (>30K), 52.219-1
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c3cb3a686d828c65a9138a1e409e6c4b&tab=core&_cview=1)
 
Place of Performance
Address: San Antonio, TX 78234<br />
Zip Code: 78234-5005<br />
 
Record
SN01673247-W 20080919/080917220852-c3cb3a686d828c65a9138a1e409e6c4b (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.