Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
MODIFICATION

71 -- Furniture

Notice Date
9/4/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Attn: SFCA-SR-IR, Fort Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
W61ANG92432000
 
Response Due
9/8/2009
 
Archive Date
3/7/2010
 
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
MODIFICATION NOTICE: Bids are being solicited under solicitation number W61ANG92432000. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 153594_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-08 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Irwin, CA 92310 The USA ACA Fort Irwin requires the following items, Exact Match Only, to the following: LI 001, Part No. P-TM3084TTREFLECT TABLE TOP/84WX30D, VENEERTOP, MAHOGANY CHERRY, LOW LUSTER, AND NO GROMMENTS, 2, EA; LI 002, Part No. P-TM3048TTREFLECT TABLE TOP/48WX30D, VENEERTOP, MAHOGANY CHERRY, LOW LUSTER, AND NO GROMMENTS, 1, EA; LI 003, Part No. P-TM3030QTREFLECT QUARTER ROUND, TOP 30WX30D, VENEER TOP, MAHOGANY CHERRY, LOW LUSTER, AND NO GROMMENTS, 2, EA; LI 004, Part No. P-TR01ENDTRADITIONAL PANEL, BASE 22WX2DX28H, VENEER CHASSIS, MAHOGANY CHERRY, LOW LUSTER, MOLDING NO, 6, EA; LI 005, Part No. P-TM2537MCREFLECT CLOSED BACK, 36WX231/4DX27-7/8H, VENEER TOP/CHASSIS, MAHOGANY CHARRY, REFLECT TD PULL, ANTIQUE BRASS, STANDARD RANDOM KEY, 1, EA; LI 006, Part No. P-TM2436WSREFLECT REC WRKSFC, 36WX24D, VENEER TOP, MAHOGANY CHERRY, LOW LUSTER, 1, EA; LI 007, Part No. P-RM2736PBREVOLVED FNSHD PED BCK, PNL/36WX3/4DX27-7/8H, VENEER CHASSIS, MAHOGANY CHERRY, 1, EA; LI 008, Part No. 6552GUESS, ARMS, LEG BASE, CASTERS, STANDARD NAIL TRIM, MAHOGANY WOOD FINISH, IV UPHOLSTERY, BURGUNDY COLOR (VINYL), 20, EA; LI 009, Part No. 6541EXEC, HIGH-BACK, MID-RANGE, KNEE-TILT, TILT LOCK PNUE, MAHOGANY WOOD FINISH, IV UPHOLSTERY, BURGUNDY COLOR (VINYL), 9, EA; LI 010, INSTALLATIONAll furniture needing installation is located in the same building on the 1st floor. One Ramp availble for enter. No elevator. Seller not required to remove any old furniture. Seller is to remove the leftover debris?Dumpster is onsite for the seller to use?, 1, EA; For this solicitation, USA ACA Fort Irwin 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Irwin is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. New equipment ONLY Bid MUST be good for 30 calendar days after submission Allowing FOB Destination whichever is in compliance with Vendor's GSA Contract Terms and Conditions. Agency requires registration with the Central Contractor Registry (CCR). Information can be found at www.ccr.gov No partial shipments unless otherwise specified Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [ ] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)_______________________ DFAS POC and Phone: _________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) ______________________ at _________________or faxed to ___________________. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [ ] Invoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only)UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: ________________ ISSUE BY DODAAC: ________________ ADMIN BY DODAAC: ________________ INSPECT BY DODAAC: ________________ ACCEPT BY DODAAC: ________________ SHIP TO DODAAC: ________________ LOCAL PROCESSING OFFICE DODAAC: ________________ PAYMENT OFFICE FISCAL STATION CODE: ________________ EMAIL POINTS OF CONTACT LISTING: ________________ INSPECTOR: ________________ ACCEPTOR: ________________ RECEIVING OFFICE POC: ________________ CONTRACT ADMINISTRATOR: ________________ CONTRACTING OFFICER: ________________ ADDITIONAL CONTACT: ________________ For more information contact: ________________ This solicitation incorporates one or more solicitation 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far REQUIREMENTThe government does reserve the option to make multiple awards. The following supply or service is required to support the mission at Fort Irwin, CA. The government does reserve the option to vary quantities by +/-30% due to operational requirements and to make multiple awards to meet said requirements, and reserve the right to make or not make an award. "Basis of Award will be based on price." The government does reserve the option to make multiple awards. The following supply or service is required to support the mission at Fort Irwin, CA. The government does reserve the option to vary quantities by +/-30% due to operational requirements and to make multiple awards to meet said requirements, and reserve the right to make or not make an award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK17/W61ANG92432000/listing.html)
 
Place of Performance
Address: Fort Irwin, CA 92310
Zip Code: 92310
 
Record
SN01942015-W 20090906/090905001348-4450642f08e7b3f6b5ad9cb1598fd57a (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.