Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
MODIFICATION

71 -- Furniture Site Visit Questions and Answers. The Proposal due date is NOT extended.

Notice Date
9/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
442110 — Furniture Stores
 
Contracting Office
Mission & Installation Contracting Center ? Fort Sam Houston, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J-09-R-FURN
 
Response Due
9/17/2009
 
Archive Date
11/16/2009
 
Point of Contact
shariyun.alberty, 210-221-3736
 
E-Mail Address
Mission & Installation Contracting Center ? Fort Sam Houston
(shariyun.alberty@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 13.5 and 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. The Solicitation number is W9124J-09-R-FURN and is issued as a Request for Quote (RFQ). This acquisition is 100% set aside for Service Disabled Veteran Owned Small Businesses. The NAICS Code is 442110. Size standard is $7 Million. The Mission and Installation Contracting Command Center Fort Sam Houston intend to award a Firm Fixed Price Purchase Order for Furniture. The Contractor shall furnish and install the required furniture. DESCRIPTION OF WORK: Contractor shall furnish and install new cubicle furniture for newly constructed areas. Cubicle areas for each are 8 x 10; to include separate office furnishings for Private Offices. Each Cubicle shall also include complete electrical set up. Contractor shall furnish and install a Panel Movable wall on a track, dimensions shall be field verified prior to installation and with the Government Representatives approval. Installation shall be in Break Room #119 in the newly constructed area (approx. 28-6 L). Wall shall include all appropriate hardware. Contractor shall ensure that a fully functional and operational Panel Wall system is installed as per manufacturers recommendations. Contractor shall furnish and install Conference Room Table and chairs, 1-side by side Refrigerator with Ice Maker, Crushed Ice Dispenser, Water Dispenser, and 1-Commercial grade Microwave. Contract is to ensure that all power for appliances is to current codes, and that all appurtenances needed to install Ice-Maker and Water Dispenser are provided as well. Contractor to ensure availability of water lines and drain lines prior to installation of Appliances, as well as ensuring all work is done in accordance with all Local, State and Federal Regulations. QTY 19 Full Cubicles to include (1) desk, (1) chair, (1) wardrobe, (1) overhead bin, (1) box box file cabinet. QTY 2 Partial Cubicles to include (1) desk, (1) wardrobe, (1) overhead bin. QTY 4 Full Offices to include (1) desk, (3) chairs, (1) computer hutch, (1) filing cabinet. QTY 2 Partial Offices to include (1) desk, (1) chair, (1) filing cabinet. Break room-to provide (1) microwave, (1) refrigerator, Break room- to provide (1) conference table, (14) chairs, (1) panel movable wall on a track. See attached listing of furniture and floor plan THIS IS A BRAND NAME OR EQUAL REQUEST: All vendors proposing alternate items shall specify with their quote. WARRANTY: Contractor shall warranty all work and materials for a minimum of 12 months starting on the day of Final Inspection. SITE VISIT: A site visit is scheduled for 10 September 2009 at 1:00 pm CST and will be held at 2107 17th Street, Bldg 4197, suite 15, Fort Sam Houston Texas, 78234. Attendance is strongly recommended as pertinent information is exchanged during the site visit and minutes will not be posted. Interested offerors shall pre-register for the site visit no later than 9 September 2009 at 4:00 pm CST. Please e-mail shariyun.alberty@us.army.mil to register for the site visit. Include name and contact information of the representative(s) attending the site visit. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items. Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibit Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-25, FAR 52.222-36, Affirmative Action for workers with Disabilities; FAR 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.232-33, Payment by EFT CCR; FAR 52.237-1 - Site Visit; DFAR 252.201-7000, Contracting Officers Representative; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7000, Buy America Act - Balance of Payments Program and DFAR 252.232-7003, Electronic Submission of Payment Requests. Offerors are required to upload provision FAR 52.212-3 Offeror Representations and Certifications Commercial Items into ORCA, https://orca.bpn.gov/, before quote is submitted. QUESTIONS: All Questions must be received by 14 September 2009 at 4:00 CST. Email questions to shariyun.alberty@us.army.mil. The answers to questions received will be posted as an amendment to the solicitation. QUOTE SUBMITTAL: The quote must include Solicitation Number, Business size, discount/payment terms, and be signed by an authorized company representative. Offeror must include Taxpayer Identification Number (TIN), Cage Code, address, and be Central Contractor Registration (CCR) registered, http://www.ccr.gov/Default.aspx. This is an all or none requirement and award of a single contract is anticipated. Multiple contracts will not be issued Quotes must be received by 17 September 2009 4:00pm CST. Quotes shall be E-mailed to shariyun.alberty@us.army.mil and SRCC-W-RFP@conus.army.mil. Or mailed to 2107 17th Street, Bldg 4197, Suite 15, Fort Sam Houston, TX 78234-5015. Attn Shariyun Alberty
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK33/W9124J-09-R-FURN/listing.html)
 
Place of Performance
Address: Mission & Installation Contracting Center ? Fort Sam Houston Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN01951222-W 20090913/090912001554-1c18663cf99b43913754e1effbe5f8de (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.