Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOLICITATION NOTICE

73 -- Food Service Carts - Product Description

Notice Date
6/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
DHAC00064
 
Archive Date
6/29/2010
 
Point of Contact
Ayla-Rebeksa Brooks, Phone: 7035888186
 
E-Mail Address
ayla-rebeka.brooks@whs.mil
(ayla-rebeka.brooks@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
Product Description 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HQ0195001320002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. The North American Industry Classification System (NAICS) code is 337127. The business size standard is 500 employees. The Federal Supply Class (FSC) is 7310. The Standard Industrial Classification (SIC) is 2599. The Washington Headquarters Service, Acquisition and Procurement Office (WHS/A&PO) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase food service carts (1) Bon Chef Model No. 50030 Guerridon Neo Trolley - Quantity 1 - (2) Bon Chef Model No. 50040 Guerridon Classic Trolley – Quantity 2 - on a brand name or equal basis. The Government anticipates awarding one firm fixed price purchase order for this item. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Acceptability (2) Price (1) Technical Acceptability Provide documentation that shows the product meets the salient physical, functional, or performance characteristics specified herein, in accordance with FAR 52.211-6 Brand Name or Equal. To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation; clearly identify the item by Brand name, if any; and Make or model number. (2) Price The total price will be a determining factor after determination is made as to compliance to technical acceptability. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors should include warranty terms and delivery times with their quote. This request for quotation consists of the following: CLIN Description Model Number Quantity Finish CLIN 0001 Bon Chef - Guerridon Neo Trolley 50030 1 Mahogany CLIN 0002 Bon Chef - Guerridon Classic Trolley 50040 2 Mahogany Features: *** Bon Chef Model No. 50030 Guerridon Neo Trolley - The Cart Features Mahogany Finish, Hardwood Body, Two wooden shelves, s/s swivel caster, and s/s brass handle. Cart Dimensions are Overall: 37-1/2”x19-1/2”x31”H Weight: 95 lbs.*** *** Bon Chef Model No. 50040 Guerridon Classic Trolley - The Cart Features Mahogany Finish, Hardwood Body, Three wooden shelves, s/s swivel caster, and s/s brass handle. Cart Dimensions are Overall: 37-1/2”x19-1/2”x31-1/2”H Weight: 95 lbs.*** Additional Information: (1) The Government desires delivery of all parts 30 days ARO, but no later than 45 days ARO, and anticipates awarding a purchase order for these items on or about mid April, 2010. Inspection and Acceptance shall be at destination (supplies shall be delivered to the destination at the expense of the contractor). (2) ONLY e-mailed quotes will be accepted. E-mailed quotes may be sent to ayla-rebeka.brooks@whs.mil. Contractors are responsible for verifying receipt of their quotes. All responsible sources interested in responding to this RFQ must respond no later than 12:00 PM Eastern Standard Time on Monday June 14, 2010. (3) Quotes must be firm-fixed-priced, and include all quantities listed, all or none. (3) All equal submission must be accompanied by specific product information for our evaluation. Delivery Address: Attn: Stanley Hatcher 5741 General Washington Dr. Warehouse C Alexandria, VA 22312 The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 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: (1): Lowest price technically acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications – Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government’s Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT – CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area Workflow system at https://wawf.eb.mil. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.211-7003 Item Identification and Validation. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any response to ayla-rebeka.brooks@whs.mil NO LATER THAN June 14, 2010, 12:00 PM, EST. Point of contact is Ayla-Rebeka Brooks, telephone 703-588-8186.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/DHAC00064/listing.html)
 
Place of Performance
Address: Attn: Stanley Hatcher, 5741 General Washington Dr., Warehouse C, Alexandria, VA 22312, United States
Zip Code: 22312
 
Record
SN02173917-W 20100612/100610234917-0a93af9e5f7f697e5e5efefaec807d1a (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.