Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

71 -- High Back Task Chairs

Notice Date
6/25/2009
 
Notice Type
Presolicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Transatlantic Programs Center, US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-09-T-0076
 
Response Due
7/2/2009
 
Archive Date
8/31/2009
 
Point of Contact
Robyn Ratchford, 540-665-3676<br />
 
E-Mail Address
US Army Corps Of Engineers - Transatlantic Programs Center
(robyn.ratchford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The following provisions and clauses (current through FAC 2005-32 effective 31 Mar 2009) are applicable to subject solicitation: FAR 52.204-7 CCR, FAR 52.212-1 Instructions to Offerors, 52.212-3 Offeror Representations and Certifications Commercial Items, FAR 52.212-4 Terms and Conditions Commercial, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor, FAR 52.222-21 Prohibit Segregated Facilities, FAR 52.222-25 Affirmative Action, FAR 52.222-26 Equal Opportunity, FAR 52.225-13 Restrictions on Foreign Purchase, FAR 52.232-33 Payment by EFT CCR, FAR 52.233-1 Disputes, FAR 52.233-3 Protest after Award, FAR 52.247-34 FOB Destination, FAR 52.212-5 Dev Statutes/Exec Orders, FAR 52.252-1 Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-5 Authorized Deviations in Provisions, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A Required Central Contractor Registration, DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items, DFARS 252.212-7001 Dev Terms and Conditions, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. IAW FAR 52.212-3, Offeror Reps and Certs 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. Contract award will be made to the responsive offeror whose offer will result in the best value to the Government, with price, quality, and delivery being the considerations. All quotes shall include the following minimum information: Expected Delivery Date, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Quote Expiration Date, Point of Contact, Phone, Fax, and Email. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to lea.walker@usace.army.mil and Robyn.Ratchford@usace.army.mil no later than 02 July 2009 at 3:00 p.m. NOTE: Quotations must include: chair prices, assembly costs, and projected delivery date. The anticipated award date will be 16 July 2009. The Complex has normal working hours from 8:00 a.m. through 5:00 p.m. Monday through Friday. SPECIFICATIONS FOR CHAIRS The vendor is to provide the following chairs: CHAIRS: (431 chairs) SPECIFICATIONS FOR HIGH BACK TASK CHAIR General requirements: 1.Chair shall carry a lifetime warranty on structure, a minimum 10 year warranty on mechanism and pneumatic cylinders and a 5 year warranty on foam and fabric. 2.Product must be warranted for 24/7 application. 3.Product line must be tested and warranted for users up to 300 pounds. 4.Product line must be tested by an independent laboratory or by the manufacturers certified testing facility. Evidence of compliance and /or testing shall be included in the bid proposal. 5.Chair must meet or exceed all ANSI/BIFMA X5.1-2002 American National Standard for Office Furnishings-General Purpose Office Chairs-tests for front stability.(Evidence of compliance and/or testing shall be included in the bid material.) 6.Chair must meet or exceed all ANSI/BIFMA X5.1-2002 American National Standard for Office Furnishings-General Purpose Office Chairs. (Evidence of Compliance and/or testing shall be included in the bid material.) 7.Chair padding and materials shall comply with the BIFMA furniture Flammability Standard, as well as the First Generation Voluntary Upholstered F State of California Technical Information Bulletin 117. 8.All standard seating is labeled to be in compliance with California TB117. 9.Fabric to meet requirements of no less than 100,000 double rubs by the ASTM D 4157 Wyzenbeek Method. (2002) 10.All compliance for the testing or standards requirements above shall be provided in the bid proposal. Chair requirements: 1.Chair shall have a posture control system that ensures the seat and back remain positioned for optimal ergonomics and comfort, while maximizing back to seat ratio. 2.Chair shall have a tilt lock. Tilt tension control is an automatic response to the users body weight. The chair is balanced throughout the range from an upright task position to a relaxed task position all the way to fully reclined. This control allows the user to sit in an upright task position without engaging a forward tilt mechanism. It can be locked in the relaxed position. 3.Chair shall have two choice options of pneumatic cylinders to select from in order to accommodate different sizes of people. Option 1 shall provide a pneumatic cylinder that accommodates average or tall users and shall have a range of 5. Option 2 shall provide a pneumatic cylinder that accommodates shorter users and allows for a range of 3 of travel from the floor. For this bid proposal, the pricing for the 5 cylinder is required. Provide an optional price for (5) of the 3 shorter cylinder chairs in the bid proposal. Provide documentation in the bid proposal of the 3 cylinder availability. 4.Chair shall have 360 degree swivel. 5.Chairs shall be high backed. 6.Chair shall have a sliding seat depth adjustment of 2. 7.Chair shall be upholstered molded foam. 8.All control levers must be within easy reach from the seated position in accordance with ADA standards. 9.Chair shall automatically adjust to provide customized back support, providing top to bottom and side to side optimal lumbar support, using air displacement technology. Provide documentation of air displacement technology in bid proposal. 10.Chair shall have a plastic outer back in black, or can be fully upholstered. 11.Chair shall have arms that are fully adjustable in height, width and depth. 12.Arms shall have a 4 height adjustment, width adjustment of 1, and a depth adjustment of 3. Provide documentation of arm adjustability in bid proposal. 13.Arms pads shall be black, integrally colored, and well rounded for comfort. 14.Chair shall have a 5-star base. Bases shall be injection molded glass filled nylon. Base color is black. 15.Chair shall be equipped with carpet castors, integrally colored, with a steel shaft and axle. 16.Seat shall have a waterfall edge. 17.Chair width shall be no wider than 26 to accommodate the shrinking workstation. 18.Chair manufacturer shall have a non-obsolescence policy as regarding replacement parts on the chair. Provide documentation of this policy in bid proposal. 19.Provide a price on (5) replacement backs and seats in the bid proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-09-T-0076/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA<br />
Zip Code: 22604-1450<br />
 
Record
SN01856879-W 20090627/090626000041-f95175ec7339c476c5795a6e84a8b621 (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.