Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

71 -- Chambers Furniture - Requirements - Contract Clauses

Notice Date
6/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Customer Projects Division, Technical Branch, Rm 3300 (5PCT), General Services Administration, Public Buildings Service, 230 S. Dearborn Street, Rm 3300, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
GS-05P-10-FB-M-0024
 
Archive Date
6/25/2010
 
Point of Contact
Neal Deodhar, Phone: 3123853051
 
E-Mail Address
neal.deodhar@gsa.gov
(neal.deodhar@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contract Clauses. Requirements. The Government intends to award a purchase order for office furniture and installation at the Joseph P. Kinneary U.S. Courthouse, Columbus, Ohio. The furniture includes desks and guest chairs for a remodeled Judge's chambers, including a Judge's office and law clerks' offices. All the interior architectural woodwork in the space, including trim, cabinets, countertops, and extensive bookshelves, is made of anigre (or anigre veneer) wood. The flush wood doors are anigre veneer. It is essential that the desk furniture surfaces feature a light anigre wood veneer finish to match existing conditions. The existing furniture and overall design is contemporary and features use of wood construction with metal finishes. The furniture provided must be contemporary in design. The desks must be of wood construction and, in addition to light anigre wood veneer surfaces, the desks must feature metal legs and pulls with a polished aluminum finish. All finishes must be available from a standard finish line. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement (including the attachments referenced herein) constitutes the solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this RFQ is GS-05P-10-FB-M-0024. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This Solicitation is being set aside for small business. The associated North American Industry Classification System (NAICS) code for this procurement 337211, and size standard is 500 employees. See attached document titled "Requirements" for the complete description of the items to be acquired. Requirements are specified on a brand name or equal basis. FAR 52.211-6 applies. (See attached document titled "Contract Terms" for full text of FAR 52.211-6.) Place of delivery, acceptance and FOB point is the Joseph P. Kinneary U.S. Courthouse, Columbus, Ohio. The following clauses and provisions (see attached document titled "Contract Terms" for full text) are incorporated and are to remain in full force with any resultant purchase order: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror-Commercial, applies to this solicitation. FAR provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. FAR clause 52.211-6, Brand Name or Equal. This award will be made on a best value/tradeoff basis. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price and; (iii) schedule. Technical capability is more important than price or schedule. Technical capability includes function, physical appearance and quality. Schedule should include the number of calendar days from award to delivery, and estimated installation time. Price and schedule will be equally rated. Along with the quote, the offeror shall submit entire hard copy catalogs (with pictures) for all products being quoted and any other information (factual or visual) necessary to ensure the product meets the requirements stated in the solicitation. The offeror shall submit labeled wood finish samples. The offeror is responsible for making sure all catalog pricing is most current pricing and up-to-date. Single pages of catalogs will not be accepted. Electronic catalogs will not be accepted. The offeror shall mark all appropriate pages associated with all products being quoted. The offeror shall include a schedule showing the number of calendar days from award to delivery, and estimated time from delivery to completion of installation. Quotes will be accepted via hard copy ONLY. In addition to any other stated items, quotes must address: warranty, pricing and discounts, FOB terms, and delivery and installation costs. Quotes, including catalogs, samples, and any documents or other information required by FAR 52.211-6 or otherwise required herein, are due by Thursday, June 10, 2010 at 4:00 PM (Central Time) and must be mailed to: Neal Deodhar General Services Administration 230 South Dearborn Street, Room 3300 Chicago, IL. 60604 Questions Any questions must be received by Monday, June 7, 4:00 PM (Central Time) to the Contracting Officer, Neal Deodhar, at neal.deodhar@gsa.gov. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered, you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. In addition, all interested parties must have completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov in order to receive an award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCT/GS-05P-10-FB-M-0024/listing.html)
 
Place of Performance
Address: Joseph P. Kinneary U.S. Courthouse, 85 Marconi Boulevard, Columbus, Ohio, 43215, United States
Zip Code: 43215
 
Record
SN02168401-W 20100606/100604234456-f06d02a5fea51d49b80e7e1501d0e3b0 (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.