Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
MODIFICATION

71 -- MILA WALL EXHIBIT CASEES

Notice Date
9/24/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 2-1105/C, FT. BRAGG, NC 28310
 
ZIP Code
28310
 
Solicitation Number
DPTAS09223N112
 
Response Due
9/26/2009
 
Archive Date
3/25/2010
 
Point of Contact
Name: Cedric Wilson, Title: Purchasing Agent, Phone: 910-907-4742, Fax: 910-396-7872
 
E-Mail Address
cedric.wilson@conus.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 DPTAS09223N112 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 2009-09-26 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bragg, NC 28307 The USA ACA Ft. Bragg requires the following items, Brand Name or Equal, to the following: LI 001, MILA WALL EXHIBIT CASEESShowcase kit: 32.7" x 32.7" x 98.4". Three sides with safety glass, on side with sliding door; Four bottom and upper modules, a base shelf and one glass shelf. One ceiling with 59 watt lamp/transformer. Overlaminate for mila walls (mila-decor 9.540, 1, EA; LI 002, Showcase 2Showcase 48" x 39.37" x 98.42". 48" x 2.5cm half view removable window with built in shelf rails with barrel lock., 2, EA; LI 003, Showcase 2-a48" x 2.5cm nailable modules with built in shelf rails, 2, EA; LI 004, Showcase 2-b39.37" x 98.42" Nailable wall modules, 4, EA; LI 005, Showcase 2-cCeiling panel 1214 mm x 745 mm with four custom shelf brackets with two 120 mm holes for two US lights - including overlaminate (this is a custom made addition), 2, EA; LI 006, Showcase 2-dGlass shelves 1214 mm x 745 mm with four custom shelf brackets (8 brackets total) This is a custom made addition, 4, EA; LI 007, Showcase 2-eBase shelves 1214 mm x 745 mm with four custom shelf brackets (8 brackets total) includes overlaminate. This is a custom made addition., 2, EA; LI 008, Showcase 2-f2.5m overlaminate for mila-walls mila-decor 9.540, 4, EA; LI 009, Showcase 2-g2.5 mm corner profile 40x40/1x90", 8, EA; LI 010, Showcase 2-h2.5m overlaminate corner profile. mila-decor 9.540, 8, EA; LI 011, Showcase 348" x 2.5m half view removable window with barrel lock, 2, EA; LI 012, Showcase 3-a48" x 2.5m nailable modules with built in shelf rails, 4, EA; LI 013, Showcase 3-bCeiling panel 1214 mm x 1214 mm x 1214 mm with four custom shelf brackets (8 total ) with two 120 mm holes for two lights; includes overlaminate. This is a custom made addition., 2, EA; LI 014, Showcase 3-cglass shelves 1214 mm x 1214 mm with four custom shelf brackets (8 brackets total). This is a custom made addition., 4, EA; LI 015, Showcase 3-dBase Shelves 1214 mm x 1214 mm x 1214 mm with four custom brackets (8 brackets total). Includes overlaminate. This is a custom made addition., 2, EA; LI 016, Showcase 3-eUpright panel for inside back of showcase as backdrop. 495 mm wide x 1200 mm high with "L" bracket connection on top corners. Includes overlaminate. This is a custom made addition., 2, EA; LI 017, Showcase 3-f2.5 m overlaminate mila walls. mila-decor 9.540, 4, EA; LI 018, Showcase 3-g2.5m corner profile 40x40/1x60 degrees, 6, EA; LI 019, Showcase 3-h2.5m overlaminate corner profiles. mila-decor 9.540, 6, EA; LI 020, AccessoriesAngle connector with 90 degree clamp, 2, EA; LI 021, Accessories 2Angle connector, 2, EA; LI 022, Accessories 3Single connector to slife into "U" profile, 2, EA; LI 023, Accessories 4Mila-wall cable hanging connector with holes, 4, EA; LI 024, Accessories 5Arakawa cable with ball stop welded at top 5', 8, EA; LI 025, Acessories 6Arakawa adjustable hook for cable with latch 65LB, 8, EA; LI 026, CratingWood crating for all components, 2, EA; For this solicitation, USA ACA Ft. Bragg 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. USA ACA Ft. Bragg 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. 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. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 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 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 CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and 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. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL 5152.209-4000DOD 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK07/DPTAS09223N112/listing.html)
 
Place of Performance
Address: Fort Bragg, NC 28307
Zip Code: 28307-5000
 
Record
SN01969014-W 20090926/090925000733-20a66ffbe98eab6963bf33c9f41ee13f (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.