Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
MODIFICATION

71 -- Loose Furniture Package

Notice Date
9/16/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
4820 University Square, Huntsville, AL 35816
 
ZIP Code
35816
 
Solicitation Number
08HUMP012-23629A
 
Response Due
9/18/2009
 
Archive Date
3/17/2010
 
Point of Contact
Name: Louise Steil, Title: Contracting Officer, Phone: 256-895-1572, Fax:
 
E-Mail Address
louise.m.steil@usace.army.mil;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 08HUMP012-23629A and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 337211 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-18 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be APO, AP 96271 The Army Corps of Engineers requires the following items, Brand Name or Equal, to the following: LI 001, Cramer Cat# CR4 Pn# RROD1-000-3 Cramer Round Stool w/Non-Rolling Glides, 5, EA; LI 002, Directline Cat# DI1 Pn# 8S-L Directline Standard Starter - 8 High Letter 36.5W 25D 92.5H, 6, EA; LI 003, Directline Cat# DI1 Pn# 8A-L Directline Standard Adder-8 High Letter 30.75W 25D 92.5H, 8, EA; LI 004, Directline Cat# DI1 Pn# LCB8 Directline Closed Back Panel - 8 High Letter 30.75W 5.875D 92.5H, 12, EA; LI 005, Directline Cat# DI1 Pn# LCK8 Directline End Panel Kit(Set of 2)- 8 High Letter 2.875W 25D 92.5H, 6, EA; LI 006, Krug Cat# KR1 Pn# JOR3-2WOD Jordan - 2 Seater Wood Arms 52W 30.5D 34.5H Wood (Beech)Fabric (GR.3- To Be Determined), 4, EA; LI 007, Krug Cat# KR1 Pn# JOR4-22-22-16 Jordan Square Table 22W 22D 16HWood (Beech)Laminate (To be Determined), 8, EA; LI 008, Krug Cat# KR1 Pn# JOR2-G24OPS Jordan 24" Open Arm Single SeatWood (Beech)Fabric (GR.3- To Be Determined), 4, EA; LI 009, Krug Cat# KR1 Pn# JOR2-S24OPS Jordan 24" Open Arm Start UnitWood (Beech)Fabric (GR.3- To Be Determined), 16, EA; LI 010, Krug Cat# KR1 Pn# JOR2-C24OPS Jordan 24" Open Arm Center UnitWood (Beech)Fabric (GR.3- To Be Determined), 27, EA; LI 011, Krug Cat# KR1 Pn# JOR2-E24OPS Jordan 24" Open Arm End UnitWood (Beech)Fabric (GR.3- To Be Determined), 16, EA; LI 012, Krug Cat# KR1 Pn# SURCHARGE Fuel Surcharge, 1, EA; LI 013, Penco Cat# PE1 Pn# 1H7016 Penco-Open Clipper Shelf 36W 12D 87H, 6 Shelf Finish (To Be Determined), 6, EA; LI 014, Penco Cat# PE1 Pn# 1H7076 Open Clipper 48W 12D 87H, 6 ShelfFinish (To Be Determined), 2, EA; LI 015, Penco Cat# PE1 Pn# 1H7086 Open Clipper 48W 18D 87H, 6 ShelfFinish (To Be Determined), 1, EA; LI 016, Penco Cat# PE1 Pn# 101287 12x87 Clipper End KitFinish (To Be Determined), 5, EA; LI 017, Penco Cat# PE1 Pn# 101887 18x87 Clipper End KitFinish (To Be Determined), 1, EA; LI 018, Penco Cat# PE1 Pn# 6173V(2W) Vanguard ST Locker w/ LegsFinish (To Be Determined), 4, EA; LI 019, Penco Cat# PE1 Pn# 9602 6' Locker Room BenchFinish (To Be Determined), 2, EA; LI 020, Penco Cat# PE1 Pn# 60827H Stainless Bench Pedestal Finish (To Be Determined), 2, EA; LI 021, Penco Cat# PE1 Pn# 68240 Non-Skid Base KitFinish (To Be Determined), 2, EA; LI 022, Penco Cat# PE1 Pn# 6173(Starter) ST Guardian Locker NO LegsFinish (To Be Determined), 3, EA; LI 023, Wieland Cat# WI2 Pn# 37841W Wieland Arris-Sleeper ChairWood (Maple)Fabric (GR. H - To Be Determined), 2, EA; LI 024, Wieland Cat# WI2 Pn# 37981W Wieland Arris-Recliner ChairWood (Maple)Fabric (GR. H - To Be Determined), 1, EA; LI 025, Wieland Cat# WI2 Pn# CARTONING Cartoning Charge (If Applicable), 1, EA; LI 026, Wieland Cat# WI2 Pn# SURCHARGE Fuel Surcharge (If Applicable), 1, EA; LI 027, Montel Cat# MON Pn# FILING (2) High Density Filing Units, 1, EA; LI 028, Montel Cat# MON Pn# SURCHARGE Steel Surcharge (If Applicable), 1, EA; LI 029, Montel Cat# MON Pn# FREIGHT Mainland Freight, 1, EA; LI 030, Consolidation - Consolidation Charges (If Applicable), 1, EA; LI 031, Standard Work Plan/Design Services, 1, EA; LI 032, Standard Installation, 1, EA; LI 033, Travel (To Include lodging, Food and any other Misc Travel Charges), 1, EA; LI 034, DBA Insurance, 1, EA; LI 035, Extended Services (If Applicable), 1, EA; For this solicitation, Army Corps of Engineers 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Army Corps of Engineers is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors 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. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items, Proposed prices will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 15. The Government intends to award a contract to the responsible offereor who offers the lowest reasonable price, The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.225-18, Place of Manufacture-Commercial Items. The following FAR clauses 52.204-7, Central Contractor Registration, FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-3, 52.219-4, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.225-13, 52.232-33 FAR clause 52.233-4, Appplicable Law of Breach of Contract Claim, FAR 52.252-2, Clauses Incorporated By Reference. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil. The following DFARS clauses are applicable under DFARS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions, 252.204-70004 Alt A, Central Contractor Registration (52.204-7) Alternate A Desired Delivery: 60 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission. FOB Destination OCONUS (Other CONtinental U.S.) No partial shipments unless otherwise specified at time of order 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) See attached clause concerning the Republic of Korea.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/08HUMP012-23629A/listing.html)
 
Place of Performance
Address: APO, AP 96271
Zip Code: 96271
 
Record
SN01957119-W 20090918/090917000414-feca695d10642570b0a72ce51db80ce0 (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.