Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2010 FBO #3064
MODIFICATION

71 -- To procure 347 Identification Signage (and installation) for the Department of Commerce

Notice Date
4/13/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
NBC - Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
N10PX18281
 
Response Due
4/15/2010
 
Archive Date
4/13/2011
 
Point of Contact
Priscilla Abalos Purchasing Agent 7039643570 priscilla.abalos@aqd.nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is an amendment to the combined synopsis/solicitation No. N10PX18281 for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.1. Extend the closing date until April 15, 2010, 12:00 p.m. EST.2. Incorporate additional information and FAR Clauses into this amendment.a. The solicitation number N10PX18281 is issued as a request for quotation (RFQ). b. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-41. c. This acquisition is set aside for small businesses. The NAICS Code is 337214 and the small business standard is 500 employees. d. Required product: CLIN 0001 System Furniture Signage, Qty- 347 ea. e. Description of requirements: See the revised specifications below. f. Date(s) and place(s) of delivery and acceptance and FOB point: See the revised specifications below.g. The solicitation incorporates the provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. The offeror shall provide a one-page cover sheet including the information listed below: (1) Name of Vendor (2) Address (3) City, State, Zip (4) Data Universal Numbering System (DUNS) Number (5) Taxpayer Identification Number (TIN) (6) Point of Contact (7) Telephone Number (8) Facsimile Number (9) Electronic Mail Address (10) Quotation Number and title. (11) Date of Quotation (12) Expiration Date of Quotation (13) Federal Supply Schedule Contract Number (14) Term of the FSS Contract (please include any Option Periods separately) (15) Prompt Payment Terms (16) Small Business Representations made by vendor at the FSS contract level (17) Evidence of current CCR database registration (http://www.ccr.gov). h. The solicitation incorporates the following:52.212-2 Evaluation-Commercial Items. (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: - Technical Acceptability - Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) i. The offeror shall submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer, if they are not filed with ORCA.j. The solicitation incorporates the clause at 52.212-4, Contract Terms and Conditions-Commercial Items. k. The solicitation incorporates the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items and Alternate I (Feb 2000), and additional FAR clauses cited in the clause. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644).52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)).52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)).52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323).52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)).52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). l. Invoicing and payment shall be made in accordance with the following GovPay instructions: GovPay Electronic Invoicing RequirementsPP05-05 May 3, 2005 All payment requests must be submitted electronically through GovPay. "Payment request" means any request for contract financing payment or invoice payment by a contractor. To constitute a proper invoice, the GovPay payment request must conform to the requirements identified in FAR 32.905(b), "Payment Documentation and Process" and FAR 52.232-25, "Prompt Payment (OCT 2003)". To ensure the timely processing of invoices, GovPay uses an automated "workflow" process to route invoices for review, approvals and payment; as required by the "Prompt Payment Act". Support documentation shall be attached to the GovPay invoices in the form of "flat files" in American Standard Code for Information Interchanges (ASCII) and an adobe PDF file. There is a 4MB limitation on file size for these attachments, per header or line item. Facsimile, e-mail, and scanned documents are NOT acceptable electronic forms for payment requests. GovPay uses the contractor information in the Central Contractor Registration (CCR) database as one of the components for validating contractor registration. It is the responsibility of the contractor to submit accurate and current CCR information. Failure to register and maintain CCR information, or if it has expired, been suspended, been deleted, or could not be found, will result in rejection of your invoice. An invoice submitted during the period for which information in the CCR could not be verified must be resubmitted for payment after successfully registering or updating registration in CCR. Contractors are encouraged to review their CCR information to ensure the most current information is available for GovPay. The CCR Assistance Center is available to provide assistance and answer questions. They can be reached at 1-888-227-2423 or on the web at http://www.ccr.gov. Detailed GovPay information for use of GovPay may be obtained on the Internet at www.govpay.gov. This web site includes user manuals, training resources, and instructions for registration. All users can access reports on the status of their invoices. The GovPay Help Desk is prepared to answer your questions. Please contact them at HelpDesk@govpay.gov or call the GovPay Team's phone number at 703-964-8802. INVOICE CONTENTS:Invoices will be paid upon approval and acceptance by the Government COTR. Invoices must include, as a minimum, the following information: 1.CLIN/Item number of deliverable2.Description of deliverable3.Price of deliverable 4.Quantity of deliverable5.Date deliverable was provided to the Government for inspection6.Serial number/part number if applicable7.Other Direct Costs (ODC's) incurred (including supporting documentation/receipts of all other charges) for the current billing period and cumulative to dateThe contractor is responsible for ensuring invoices submitted are accurate and complete, and all labor, travel and other direct costs are in accordance with federal guidelines, the FTR and other Government mandates and directives. Additional supporting documentation MAY BE REQUESTED at the discretion of the COTR. Travel invoiced must include the name of the traveler, travel itinerary, purpose of travel (event, exercise, workshop, etc), and any other documentation requested by the COTR for Finance/Administration. A copy of the approved travel request form (attached to the Statement of Work) should be attached for reference. PAYMENT: a. Payments under this order will be due 30 calendar days after the date of actual receipt of proper invoice in the office designated to receive the original invoice or final acceptance of the goods or services, whichever is later. b. The date of the check issued in payment or the date of payment by wire transfer through the Treasury Financial Communications System shall be considered to be the day payment is made. FINAL INVOICE; Within sixty calendar days of product acceptance and/or completion of services: a. The contractor shall submit a final invoice, designated as such by a clear statement of "FINAL INVOICE" on the face of the invoice document. b.The contractor shall provide a certificate of completion which certifies all goods and service have been provided as required by this task order. c.The contractor shall provide a release of claims against the government for any further payment under this task order. The sixty calendar day submission timeframe shall not be extended without written authorization from the contracting officer. In the event items a, b, or c above are not submitted within the authorized timeframe, the contracting officer will make final cost determinations in order to make final payment and close out the contract unilaterally. m. Quotes shall be submitted via e mail to priscilla.abalos@aqd.nbc.gov by the deadline specified above.n. Award will be made to the offer that is Technical Acceptable, lowest price.o. The resultant purchase order will be a firm-fixed-price order. 3.Revise the specifications as follows: U. S. Department of Commerce. Building Renovation Division requested to procure and install 347 System Furniture Signage. Specifications required: 4 inches (101) mm) by 5 inches (127 mm) with Braile and paper insert Standard, pre designed modular interior sign system Extruded aluminum plate Chamfered edge Polyurethane coating Flush acrylic face slides into extrusion and retains a printed insert; locking set screw. All lettering and printing is digitally printed offers a green initiative Easy inter-changeable inserts ADA Complaint with tactile lettering in Braille, the ADA portion is engraved in the sign, and the paper piece is the sides area for the name with a cover over it to protect it Extruded bent aluminum Bracket with polyurethane finish designed to fit Herman MillerAO2 panels. A bracket goes over the top not attached with Velcr. Extruded aluminum plate, (Silver textured finish) with flat black letters/numbers. The letters/ numbers will be given to the awardee. Example of the letters/numbers is DD 203. 20 Business Days delivery on product (vendor must confirm that it can meet this delivery date) Deliver during business hoursTruck must be scanned, per the Government requirements.Loading dock height restriction 10' 6''
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1e789568d39beb3735ea34eb914448e2)
 
Place of Performance
Address: 1401 Constitution Ave, NWWashington, DC
Zip Code: 202300001
 
Record
SN02120098-W 20100415/100413234705-1e789568d39beb3735ea34eb914448e2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.