Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
MODIFICATION

71 -- Office furniture and miscellaneous items for newly constructed Armed Forces Reserve Center in Richmond, KY.

Notice Date
8/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
 
ZIP Code
40601-6192
 
Solicitation Number
W22LFX-9208-0075
 
Response Due
8/28/2009
 
Archive Date
10/27/2009
 
Point of Contact
Diane Hutchinson, 502-607-1390<br />
 
E-Mail Address
USPFO for Kentucky
(Diane.Hutchinson@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W22LFX-9208-0075 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, issued 08/11/09. This solicitation is set aside for small businesses; the associated NAICS code is 423210 and small business size standard is 100 employees. This requirement is for the procurement of the following: Office Furniture and miscellaneous office items for a newly constructed Armed Forces Reserve Center located in Richmond, KY. Items are detailed on Attachment 1. Item part numbers are provided on the attached spreadsheet as suggestions only, bid items should be equal or better. Award will be made based on best value to the government, with price and technical being equal factors. Include any shipping and installation charges for each item bid on as provided for on the spreadsheet. Also provide your proposed delivery date after receipt of award for each item bid. This construction project is self-certified LEED Silver and the following environmental requirements apply: certification of use of recovered materials per FAR clause 52.223-4. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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: Price- the Government will evaluate offers for award purposes or the total price for the requirement, and technical. Technical and price factors, when combined, are equal. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.223-17, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons, 52.223-4 Recovered Material Certification (May 2008) As required by the Resource Conservation and Recovery Act of 1976 (42 U.S.C. 6962(c)(3)(A)(i)), the offeror certifies, by signing this offer, that the percentage of recovered materials content for EPA-designated items to be delivered or used in the performance of the contract will be at least the amount required by the applicable contract specifications or other contractual requirements. FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7031 Secondary Arab boycott of Israel DFARS 252.246-7000, Material Inspection and Receiving Report DFARS 252.247-7023 Transportation of Supplies by Sea 52.233-2 Service of Protest SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR USPFO FOR KENTUCKY LTC Christopher Meyer 120 Minuteman PKWY Frankfort KY 40601 502-607-1424 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. Questions regarding this requirement should be sent via email to diane.hutchinson@us.army.mil Questions will be answered to the requestor and all questions and answers will be posted to this website three days prior to the proposal due date. The date and time request for proposals are due: 2:00 P.M. EST on 28 August 2009 to diane.hutchinson@us.army.mil or delivered or mailed to USPFO for Kentucky, Boone National Guard Center, 120 Minuteman Pkwy, Frankfort, KY 40601-6192. All offers must be received by the due date and time to be considered. Mark outside of your proposal with (Solicitation Number W22LFX-9208-0075-Do Not Open). At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested items, warranty offered on items if applicable, delivery date after receipt of award, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Cut sheets of items may be included with your proposal. Additional Info: Additional documentation Contracting Office Address: USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192 Place of Performance: Bluegrass Army Depot/Armed Forces Reserve Center 503 Battlefield Memorial Highway Richmond KY 40475 US Point of Contact(s): Diane Hutchinson, 502-607-1390 USPFO for Kentucky
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15/W22LFX-9208-0075/listing.html)
 
Place of Performance
Address: Bluegrass Army Depot/Armed Forces Reserve Center 503 Battlefield Memorial Highway Richmond KY<br />
Zip Code: 40475<br />
 
Record
SN01915155-W 20090819/090818002427-000f799620c0796fb5488a3893aabf7b (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.