Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

71 -- Office Furniture for Junglas

Notice Date
4/17/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, Nas Procurement Office, Apo, AA 34038
 
ZIP Code
34038
 
Solicitation Number
PR492703
 
Response Due
2/20/2009
 
Archive Date
8/19/2009
 
Point of Contact
Name: Martha Silva, Title: American Embassy, Phone: 5713832216, Fax: 5713832007
 
E-Mail Address
silvaml@state.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: 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 PR492703 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 337127 with a small business size standard of 500 employees. This requirement is unrestricted 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 2009-02-20 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Miami, FL 33126 The Department of State requires the following items, Meet or Exceed, to the following: LI 001, Low Height filled Divisions. These divisions will be 0.60mW x 1.30 m.H. If the bidding companies handle heights other than those suggested in this chapter, the permissible ranges may vary 10-cm. maximum; if the division is lower than 11-cm., the contractor must propose the next higher measure managed by the company standards.Location: Office 1:10 Un; Office 2: 10 Un, 20, EA; LI 002, Screen: It shall be installed as shown drawings over the surfaces. The width shall be the same as the working surface by 0.40m high. These screens shall be design to be removed easily without deteriorating the surface or nearby paneling. It shall be 1cms in high-pressure laminate, same color as the workstation surfaces.Location: Office 1: 10 Un; Office 2: 10 Un, 20, EA; LI 003, WORKSTATIONS: All working surfaces including tables and independent elements shall be and made of high- pressure laminate, 1 1/4" or 3 cm thick, with flat thermo-fused edges, and will include balance and one covered cable run for each surface supplied. Working surfaces shall be at least 60 cm wide. Surfaces shall run from wall to wall, or panel to panel, depending on the plan; if it proves necessary to manufacture special surfaces, the respective cost shall be included see complemantary Info / Workstation director type 1.50m x 2.10m with attention to the public. Location: Subdirector: 1 Un, 1, EA; LI 004, Workstation director type 2.10m x 2.10m with attention to the public. Location: Director 1: 1 Un; Director 2: 1 Un, 2, EA; LI 005, L Working station 1.50m x 1.50m. Location Office 1: 10 Un; Office 2 : 10 Un, 20, EA; LI 006, L Workstation 1.45m x 1.80m with attention to the public. Location : Secretary 1: 1 Un; Secretary 2: 1 Un, 2, EA; LI 007, Simple workstation 1.50m. Location: Office 1: 10 Un; Office 2: 10 Un, 20, EA; LI 008, CHAIRS Director chair: Minimum 25"Wx28"DX45"H, Ergonomically designed; pneumatic seat-height adjustment within a 10cms range; permanent contact ergonomic reclining chair with adjustable back piece and blocking device; see complementary information, 3, EA; LI 009, Professional chair Minimum 23"Wx28"DX40"H, Ergonomically designed; pneumatic seat-height adjustment within a 10cms range; permanent contact ergonomic reclining chair with adjustable back piece and blocking device; the back must be minimum 40 cm. high, 360 degree swivel; five legs base on self lubricating rollers coated in nylon (the floor is ceramic), 42, EA; LI 010, Interlocutor chair Stackable ergonomic chair with fixed medium back at least 35 cm. high. These chairs shall have fabric but no arms. Minimum 40 kg.cm3 foam shall be used on the chair and 30 Kg/cm3 on the back., 22, EA; LI 011, Sofa: Install a two-seat sofa with back and armrests upholstered in long-wearing stain resistant, fire retardant fabric protected with Scotch guard finishing. Minimum measurements: 36"Wx 321/2"Dx331/2"H. A molded foam shall be used on the chair and on the back with a minimum density of 50kg/m3. Minimum 5 years warranty. Shipped assembled..Include in your proposal available colorsand image/catalog Location: Reception, 1, EA; LI 012, FILING; 2X1 FILING CABINET: Filing cabinet consisting of two conventional drawers and a fully opening, legal-sized hanging-folder file with American-type runners. This filing cabinet should be made of metal and, with structure, base, front part and drawers in Caliber 20 minimum sheet and shall be coated with electrostatic paint, 45, EA; LI 013, HIGH FILING CABINET: Filing cabinet consisting of four (4) conventional drawers and a fully opening, legal-sized hanging-folder file with American-type runners. This filing cabinet should be made of metal and, with structure, base, front part and drawers in Caliber 20 minimum sheet and shall be coated with electrostatic paint, 13, EA; LI 014, 4 Fixed shelf bookcase: Supply and installation of a shelving made of 2mm high resistance chipboard covered with Formica same finish as workstation surfaces. Minimum dimensions 35"W x 13"D x 57"H. 5 years warranty. Include in your proposal available colors; and image/catalog. Location: Director 1: 1 Un; Director 2: 1 Un, 2, EA; LI 015, AZ HANGING CABINETS: These are hanging overhead cabinets that can be easily fixed to paneling or walls, in which legal-size AZ folders can be stored. The cabinets should be lockable and made of metal, with a post-formed MDF or formica door, or doors with a formica finish and thermo-cast edge. For this project all cabinets for this project are 0.60m, 45, EA; LI 016, ACCESSORIES; KEYBOARD: Keyboard holders will be made of plastic and have extendable runners, wrist rests, and pencil trays. These keyboard holders will be fitted under each workstation and cubicle. Include in your proposal available colors; and image/catalog, 45, EA; LI 017, Bin: These will be made of metal and round, with minimum dimensions 0.20m. diameter and 0.30m. high, and rubber and/or plastic packing around the bottom. Or the standard shape used by each company, but with the minimum dimensions stated, 48, EA; LI 018, TABLES AND SPECIAL FURNITURE; should be supplied and installed as per the quotation table and as shown on the plans. All tables will be made of chipboard covered with Formica and with a thermo-cast flat edge, balance and in general with the same specifications required for the working surfaces; metal structure coated with electrostatic paint, Meeting table: Meeting rectangular table for 10 places Rectangular table for 10 places measuring minimum 1,20m with by 2,40m length. The table shall include two central metal supports coated with electrostatic paint, and levelers will be supplied, the bottoms of which will be of plastic and/or rubber and anchored to the surface.Location: Meeting room: 1 Un, 1, EA; LI 019, Semicircular table with wheels: Supply and installation of a semcircular table, of min. 1.20m diameter. The table shall include a central metal support coated with electrostatic paint, and levelers will be supplied, the bottoms of which will be of plastic and/or rubber and anchored to the surface.Location: Office 1: 2 Un; Office 2 : 2 Un., 4, EA; LI 020, Printer stand: supply and installation of a mobile stand; with two shelves for storing paper, and the upper surface. It shall include four casters with locks. Minimum dimensions 20'W x 17"D x 29"H. Location: Office 1: 1 Un; Office 2 : 1 Un, 4, EA; LI 021, Auxiliary table: Supply of a square table Minimum dimensions 20" W x 20"D x 18" H. Contractor shall include catalog and/or plans in the proposal. Location: Reception : 2 Un, 2, EA; LI 022, INSTALLATION: All elements of the furniture described above shall be installed at a Colombian National Police base located 102 miles (165 kilometers) from Bogota, the capital of Colombia. Vendor shall have local representative or workers for the installation and minor site adaptation of the working surfaces, 1, EA; LI 023, Medium Height Divisions. These divisions will be 1.50mW x 1.70 m.H and will be located as indicated in the drawings. If the bidding companies handle heights other than those suggested in this chapter, the permissible ranges may vary 10-cm. maximum; if the division is lower than 11-cm., the contractor must propose the next higher measure managed by the company standards. Location:Office 1: 6 Un; Office 2: 6 Un., 12, EA; LI 024, NOTE: VENDOR HAS THE OPTION TO QUOTE BASIC PROPOSAL: TOTAL PRODUCT FOB MIAMI + INSTALATION (WITHOUT SHIPPING AND LOCAL TRANSPORTATION) OR TOTAL PRODUCT+INSTALLATION WITH SHIPPING AND LOCAL TRANSPORTATION (PLS, BE SPECIFIC OF WHAT YOU ARE QUOTING), 1, EA; For this solicitation, Department of State 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. Department of State 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d12ec5ad02a33fe34825e2b314d0b5ad&tab=core&_cview=1)
 
Place of Performance
Address: Miami, FL 33126<br />
Zip Code: 33126<br />
 
Record
SN01796309-W 20090419/090417220929-d12ec5ad02a33fe34825e2b314d0b5ad (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.