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
SOLICITATION NOTICE

71 -- Loose Furniture Package

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
4820 University Square, Huntsville, AL 35816
 
ZIP Code
35816
 
Solicitation Number
-23620A
 
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
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 -23620A 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 337127 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 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Army Corps of Engineers requires the following items, Brand Name or Equal, to the following: LI 001, AHR Cat# AHR Pn# MN7HDLCDVD32 Sansui 32" LCD/DVD Combo TV, 4, EA; LI 002, AHR Cat# AHR Pn# U3KST640 Peerless LCD Tilt Wall Mount, 4, EA; LI 003, AHR Cat# AHR Pn# FREIGHT Mainland Freight, 1, EA; LI 004, Baker Cat# BMC Pn# GLR52DR1S +Rect Tbl, Sq-Edge, Frnt, Cmk Mech, Seat Hgt, Sgl Surf 48W 30DHF (Inner Tone Light)GA (Solid)HF (Inner Tone Light), 1, EA; LI 005, Directline Cat# DI1 Pn# 5S-L Directline Standard Starter-5 High Letter 36.5W 25D 60.875H Color (Light Gray), 1, EA; LI 006, Directline Cat# DI1 Pn# 5A-L Directline Standard Adder-5 High Letter 30.75W 25D 60.875H Color (Light Gray), 1, EA; LI 007, Directline Cat# DI1 Pn# LCK5 Directline End Panel Kit (Set of 2) - 5 High Letter 2.875W 25D 60.875HColor (Light Gray), 1, EA; LI 008, Directline Cat# DI1 Pn# 8S-L Directline Standard Starter- 8 High Letter, 36.5W 25D x 92.5HColor (Light Gray), 2, EA; LI 009, Directline Cat# DI1 Pn# 8A-L Directline Standard Adder- 8 High Letter, 30.75W 25D x 92.5HColor (Light Gray), 6, EA; LI 010, Directline Cat# DI1 Pn# LCK8 Directline End Panel Kit (Set of 2) - 8 High Letter 2.875W 25D 92.5HColor (Light Gray), 2, EA; LI 011, Eagle Cat# EG1 Pn# BC18 Eagle Wire Cart W/ Double Basket, 3, EA; LI 012, Eagle Cat# EG1 Pn# FREIGHT Mainland Freight, 1, EA; LI 013, Herman Miller Cat# HGO Pn# R2600.AL Input Table, Seated Ht, Laminate WN (Warm Grey Neutral)MS (Metallic Silver), 1, EA; LI 014, Penco Cat# PE1 Pn# 1H8097 Closed Clipper Shelf Unit, 48W 24D 87H, 5, EA; LI 015, Penco Cat# PE1 Pn# 1C2487 Clipper End Unit, 3, EA; LI 016, Penco Cat# PE1 Pn# 6A269 Penco Double Tier Locker, 2 Openings per Frame, 18W x 24D x 78HFinish (Standard-028 Gray), 10, EA; LI 017, Penco Cat# PE1 Pn# 602118V Double - Tier Locker, Perforated Group End Finish (Standard-028 Gray), 4, EA; LI 018, Penco Cat# PE1 Pn# SET-UP Set-Up (Production) Charge, 1, EA; LI 019, Peter Pepper Cat# PP1 Pn# 487-2P Peter Pepper 2 Pocket High Literature Rack, 2, EA; LI 020, Peter Pepper Cat# PP1 Pn# 2014 Peter Pepper Double Hat & Coat Hook, 12, EA; LI 021, Peter Pepper Cat# PP1 Pn# 600 Peter Pepper 10 Pocket, Vertical Literature RackFinish TBD (Cherry, Maple, Oak or Mahogany), 7, EA; LI 022, Peter Pepper Cat# PP1 Pn# FREIGHT Mainland Freight, 1, EA; LI 023, First Office Cat# FOF Pn# LT03-M2222CT 22 x 22 End Table PulseQE2 (Quartered Expresso), 6, EA; LI 024, Office Pavilion Cat# OP1 Pn# HILTI (585) Hilti for Wall Strip, 1, EA; LI 025, Standard Installation, 1, EA; LI 026, Extended Installation/Services, 1, EA; LI 027, Pn# FREIGHT Design Services, 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: 90 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) Exact Delivery Location will be provided at the time of award; However, pricing for shipping should be calculated shipping to Yongsan Base in South Korea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/-23620A/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN01957137-W 20090918/090917000430-02520d78ab53334841a6992dc5d5f819 (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.