Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
DOCUMENT

71 -- Dahlgren HMI Furniture - Statment of Work + Attachment A

Notice Date
9/18/2008
 
Notice Type
Statment of Work + Attachment A
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACS, 106 Wynn Drive, PO Box 1500, Huntsville, Alabama, 35807
 
ZIP Code
35807
 
Solicitation Number
HQ0147-08-Q-CS13
 
Archive Date
10/14/2008
 
Point of Contact
Geoffrey Sanders, Phone: 256-955-9632
 
E-Mail Address
geoffrey.sanders.ctr@mda.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
COMBINED SYNOPSIS/SOLICITATION SOLICITATION - HQ0147-08-Q-CS13 HERMAN MILLER SYSTEMS FURNITURE (1) 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; quotes are being requested and a written solicitation will not be issued. (2) The applicable solicitation number is HQ0147-08-Q-CS13 and it is issued as a request for quotation. Ensure responses include this solicitation number. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (4) This procurement is a 100% SBA HUBZone set-aside IAW FAR 19.1305. The North American Industry Classification System (NAICS) code for this acquisition is 337214. (5) CONTRACT LINE ITEMS: The cost for the following firm-fixed-priced Contract Line Item Number (CLIN) will be submitted in a lump sum amount and will include all associated costs to fulfill the requirement in accordance with the Statement of Work and Attachment A: CLIN QUANTITY UNIT OF ISSUE UNIT PRICE EXTENDED PRICE 00011 LOT ________________________ (6) REQUIREMENTS: This is a requirement for systems furniture to match existing Herman Miller furniture for the Missile Defense Agency, Infrastructure and Environment Directorate (MDA/DOI) in accordance with the Statement of Work and Attachment A. This is a brand name requirement as items from this requirement must match existing Herman Miller system furniture and electronic components currently in place. TECHNICAL REQUIREMENTS: Must match existing Herman Miller furniture. Must meet all requirements stated in Statement of Work dated 4 September 2008. Submitted quotes must fulfill the requirements as described on the parts list (Statement of Work – Attachment A). DELIVERY: Delivery of four (4) weeks after receipt of order. SECURITY: A security clearance is not required in the performance of this requirement. WARRANTY: Commercial warranty is to be provided consistent with customary commercial practices. (7) The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil/vffara.htm): (8) FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. (9) FAR 52.212-2, Evaluation –Commercial Items, (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (listed in relative order of importance): A. Technical capability of the items to meet the government’s requirement; B. Delivery within four (4) weeks after receipt of order; and C. Price. A.) EVALUATION TECHNICAL CAPABILITIES: Must match existing Herman Miller furniture. Must meet all requirements stated in Statement of Work dated 4 September 2008. Offerors quote for all requirements as described in the parts list (Statement of Work-Attachment A). B.) EVALUTATION OF DELIVERY: Offerors must confirm in their proposal ability to meet delivery of four (4) weeks after receipt of order to location listed in the Statement of Work. C.) EVALUATION OF PRICE: While the evaluated price is a substantial area to be taken into consideration in the overall integrated assessment of offers, the Government may select other than the lowest priced, acceptable offer if it is determined that the additional capability offered is worth the additional cost. Technical capabilities and delivery schedule, when combined are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is acceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (10) FAR 52.212-3 Alt. 1, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. (11) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. There are no addenda attached to this clause. (12) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-3, Notice of Total HUBZone Set-Aside FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.224-1, Privacy Act Notification FAR 52.224-2, Privacy Act, applies to this solicitation. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by EFT – CCR (13) Additional contract requirements, terms, and conditions determined by the contracting officer to be necessary for this acquisition are: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses, cited are applicable to this solicitation: DFARS 252.225-7036, Buy American Act—North American Free Trade Agreement Implementation Act—Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests In accordance with DFARS 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). (14) INVOICING: Invoicing shall be accomplished using Wide Area Work Flow using the 2 in 1 method. For more information see: WAWF Vendor Getting Started Guide found here: http://www.dfas.mil/contractorpay/electroniccommerce/wideareaworkflow.html METHOD OF PAYMENT: Payment will be made in accordance with FAR Clause 52.232-33, Payment by EFT-CCR, upon approval of invoice. (15) Technical and invoicing points of contact will be provided at time of award. (16) The resultant contract will be unrated in the Defense Priorities and Allocations System (DPAS). (17) There are no applicable numbered notes to this solicitation. (18) This solicitation is issued as a Request for Quote (RFQ). Submit written offers (oral offers will not be accepted), on Reference Number HQ0147-08-Q-CS13. No information concerning this solicitation or requests for clarification will be provided in response to telephone calls. All quotes, questions, or concerns must be emailed to Mr. Geoffrey Sanders - Geoffrey.Sanders.ctr@mda.mil Ph: (256) 955-9632 and the Contracting Officer, Cheryl Jones, Cheryl.Jones@mda.mil, Ph: (256) 955-9320. Quotes are required to be received no later than 2:00 PM Central Time, 29 September 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=58e758fa337c63ed695e9d7f89edc47b&tab=core&_cview=1)
 
Document(s)
Statment of Work + Attachment A
 
File Name: Statement of Work (SOW-Herman Miller - Removed POC.doc)
Link: https://www.fbo.gov//utils/view?id=a37336f39b3b593b80a4cb4fe2f0f981
Bytes: 42.50 Kb
 
File Name: Attachment A (Attachment A.pdf)
Link: https://www.fbo.gov//utils/view?id=16b0673fe710c84528d3bda88607328e
Bytes: 168.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Missile Defense Agency, Cheverly Warehouse, 6340 Columbia Park Road, Cheverly, Maryland, 20785, United States
Zip Code: 20785
 
Record
SN01675546-W 20080920/080918224302-58e758fa337c63ed695e9d7f89edc47b (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.