Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

71 -- Furniture Package

Notice Date
9/14/2009
 
Notice Type
Presolicitation
 
Contracting Office
Bldg 2015, FT Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W68MX392195253
 
Response Due
9/23/2009
 
Archive Date
3/22/2010
 
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
Bids are being solicited under solicitation number W68MX392195253. 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. 159004. 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 2009-09-23 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be TACOMA, WA 98431 The USA ACA Fort Lewis requires the following items, Brand Name or Equal, to the following: LI 001, WT7224SP-72 x 24 Linx Top *(Steel:Black-Laminate:American Cherry), 2, EA; LI 002, WLFU2924-29H x 24D Left Full Upright *(Steel:Black), 3, EA; LI 003, WRTU2919-29H x 19D Right Trans Upr/24DTop Only *(Steel:Black), 17, EA; LI 004, C845F3-Box/Box/File Mobile Pedestal *(Steel:Black), 7, EA; LI 005, W367206-72"Organizer 36H W/ Steel *(Steel:Black-Fabric:Network Hickory), 1, EA; LI 006, WD72-72" Overhead Laminate Shelf *[Steel: Black - Laminate: American Cherry]*, 1, EA; LI 007, WBP481SP-48 X 24 Bolt On Peninsula Top *[Steel: Black - Laminate: American Cherry]*, 1, EA; LI 008, WLTU2919-29H X 19D Left Trans Upr/24D Top Only *[Steel: Black]*, 17, EA; LI 009, WLC484SP-48 X 48 Linked Corner Top (24/24) *[Steel: Black - Laminate: American Cherry]*, 5, EA; LI 010, W364806-48" Organizer 36H W/ Steel *[Steel: Black - Fabric: Network Hickory]*, 10, EA; LI 011, WD48-48" Overhead Laminate Shelf *[Steel: Black - Laminate: American Cherry]*, 10, EA; LI 012, WT3024SP-30 X 24 Linx Top *[Steel: Black - Laminate: American Cherry]*, 2, EA; LI 013, C846M3-File/File Mobile Pedestal *[Steel: Black]*, 4, EA; LI 014, WFC484SP-48 X 48 F/S Curved Corner (24/24) *[Steel: Black - Laminate: American Cherry]*, 5, EA; LI 015, WRFU2924-29H X 24D Right Full Upright *[Steel: Black]*, 3, EA; LI 016, WT3624SP-36 X 24 Linx Top *[Steel: Black - Laminate: American Cherry]*, 3, EA; LI 017, W363606-36" Organizer 36H W/ Steel *[Steel: Black - Fabric: Network Hickory]*, 2, EA; LI 018, WD36-36" Overhead Laminate Shelf *[Steel: Black - Laminate: American Cherry]*, 1, EA; LI 019, W348482-48X48 Corner Organ W/4 Fab Panels (36"H) *[Steel: Black - Fabric: Network Hickory]*, 3, EA; LI 020, WS48480-48X48 Curved Corner Shelf *[Steel: Black - Laminate: American Cherry]*, 3, EA; LI 021, 1M23-28" Cabinet, Underws. 2 Mod Drawers *[Opti: Black - Opti: Black]*, 2, EA; LI 022, WT4824SP-48 X 24 Linx Top *[Steel: Black - Laminate: American Cherry]*, 3, EA; LI 023, WFC424SP-42 X 42 F/S Curved Corner (24/24) *[Steel: Black - Laminate: American Cherry]*, 1, EA; LI 024, W364206-42" Organizer 36H W/ Steel *[Steel: Black - Fabric: Network Hickory]*, 1, EA; LI 025, WD42-42" Overhead Laminate Shelf *[Steel: Black - Laminate: American Cherry]*, 1, EA; LI 026, WT2424SP-24 X 24 Linx Top *[Steel: Black - Laminate: American Cherry]*, 3, EA; LI 027, W050-48" Conference End *[Steel: Black - Laminate: American Cherry]*, 1, EA; LI 028, W366606-66" Organizer 36H W/ Steel *[Steel: Black - Fabric: Network Hickory]*, 1, EA; LI 029, WD66-66" Overhead Laminate Shelf *[Steel: Black - Laminate: American Cherry]*, 1, EA; LI 030, INSTALLATION, 1, EA; LI 031, DELIVERY, 1, EA; For this solicitation, USA ACA Fort Lewis 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 Lewis 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.10. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Enterprise and Installation Operations Chief, Supply Branch BOX 339500, MS 19 FORT LEWIS, WA 98433-9500 Facsimile number 253-967-3844 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Quote MUST be good for 30 days after Reverse Auction closing date. Questions concerning this quote must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date will not be considered. This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition Procedures. The following provisions and clauses may apply: 52.225-1 Buy American ActSupplies in solicitations and contracts with a value exceeding the micro-purchase threshold but not exceeding $25,000; and in solicitations and contracts with a value exceeding $25,000 when 52.225-3 or 52.225-5 is not used. 52.225-2Buy American Act Certificate, in solicitations containing the clause 52.225-1. 52.225-3 Buy American ActFree Trade AgreementsIsraeli Trade Act, in solicitations and contracts for supplies, involving the $25,000 or more, but is less than $194,000. Alternate I If the acquisition value is $25,000 or more but is less than $50,000, use the clause with its Alternate I. Alternate IIIf the acquisition value is $50,000 or more but is less than $67,826; use the clause with its Alternate II. 52.225-3 Buy American ActFree Trade AgreementsIsraeli Trade Act CertificateIn solicitations containing the clause at 52.225-3 or Alternate me If the acquisition value is $25,000 or more but is less than $50,000.Alternate II If the acquisition value is $50,000 or more but is less than $67,826 use the provision with its Alternate II. NOTE: THE ABOVE PROVISIONS AND CLAUSES ARE NOT ALL INCLUSIVE. ADDITIONAL PROVISIONS AND OR CLAUSES WILL BE INCORPARTED AS REQUIRED BY REGULATIONS. This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition Procedures. The following clauses apply: ClauseClause TitleCriteriaFAR 52.213-1Fast PayFast Pay is incorporated by reference and applies topurchase orders under $30,000.FAR 52.213-2InvoicesIs incorporated by reference and applies to purchase orders authorized for Advance Payment. FAR 52.213-3Notice to SupplierIs incorporated by reference and applies to all firmprice purchase orders.FAR 52.213-4Terms and Conditions-Is incorporated by reference and applies to Simplified Acquisitionspurchase orders under $100,000. FAR 52.225.13Restriction on CertainIs incorporated by reference and applies to all orders Foreign Purchasesfor supplies. FAR 52.252-2. This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and affect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. This is a Request for Bids under Federal Acquisition Regulation 12, COMMERCIAL ITEMS BRANCH Procedures and Simplified Acquisition Procedures under FAR 13.5. The following clauses apply: Provision/ClauseCriteria FAR 52.213-2 Is incorporated by reference and applies to purchase orders authorized for InvoicesAdvance Payment.FAR 52.213-3Is incorporated by reference and applies to all firm fixed price purchase orders.Notice to SupplierFAR 52.212-1Is incorporated by reference and applies to commercial purchase ordersProvision Incorporated by ReferenceFAR 52.212-2Is incorporated by reference and applies to commercial purchase ordersClause Incorporated by ReferenceFAR 52.212-3Is incorporated by reference and applies to commercial purchase ordersOffer Reps and CertsFAR 52.212-4Is incorporated by full text and applies to purchase orders where noted.Contract Terms and ConditionsFAR 52.212-5Is incorporated by full text and applies to purchase orders where noted.Contract Terms and ConditionsTo Implement Federal LawDFAR 252.212-7001Is incorporated by full text and applies to purchase orders where noted.Contract Terms and ConditionsTo Implement Federal Law FAR 52.252-2 This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. New equipment/parts only. No remanufactured products. Quotes will be evaluated based on price and technical acceptability. Quoter certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quote. Quotes shall submit quotes that meet the requirements of FAR Part 23 and FDARS Part 223, Environmental, Energy and Water Efficiency, Renewable Energy Technologies, Occupational Safety, and Drug-Free Workplace. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.). In accordance with FAR 13.106-2 shipping will be evaluated inclusive with quoted price. Quoter will stipulate when separate shipping charges are required by other Federal or DOD contracts. Procedures for commercial vehicle access to military installations are varied. To enter the installation, the Contractor should thoroughly comply with the access procedures of a respective installation. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the access procedures enforced by each military installation. The Contractor shall completely coordinate with the military installations and the delivery point of contacts. The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. As of 15 January 2002, the following requirements apply. Commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) on Monday through Friday. This gate will be open for inbound commercial vehicle access and inspection between 0530 hours and 2000 hours. The Logistics Center Gate is closed on weekends (Saturdays and Sundays). On Saturdays and Sundays, commercial vehicles must use the DuPont Gate (Exit 119 from I-5). DuPont Gate hours are 0530 hours until 2000 hours. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. (1) If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. (2) Large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Logistics Center Gate or the DuPont Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (3) Commercial vehicles less than 12'-5" in height shall access North Fort Lewis ONLY via the Pendleton Avenue under-crossing once they are cleared through the Logistics Center Gate or the DuPont Gate, as appropriate. Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. (a) Unless the contractor voluntarily participates in the Fast Access Gate Program commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority.On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. (d) Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manager, Cell: (None); info@rapidgate.com, mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by -- Please refer to FedBid for complete list of contract requirement(s) and terms and conditions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ25/W68MX392195253/listing.html)
 
Place of Performance
Address: TACOMA, WA 98431
Zip Code: 98431-5000
 
Record
SN01953479-W 20090916/090915000459-5c55b5294aa67ed398f5cb38f3bb5354 (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.