Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOLICITATION NOTICE

71 -- Furniture-Tables and Chairs

Notice Date
7/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2103 S. 8th Avenue, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W911SA-10-T-0268
 
Response Due
7/20/2010
 
Archive Date
1/16/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
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 W911SA-10-T-0268 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 a [ Small Business ] set-aside 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 2010-07-20 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort McCoy, WI 54656 The USA ACC MICC Fort McCoy requires the following items, Brand Name or Equal, to the following: LI 001, TABLE Vinyl edge laminate table top with cast iron base, column is 3" 18 gauge steel tubing with 32 X-type base spread, all connections hard-welded, top plate is stamped high-strength steel, Equipped with four each plastic adjustable cushion glides. Model # Apollo - AP3696RT for 96 table or EqualLaminate Pattern: Honed Collection (Formica) # 3455-77Edge: Vinyl-VINTEEEdge Color: Brown (coffee bean) with clear coat.Size: 36" x 96" Base size: As required for each table size.Finish: Brown (coffee bean) with clear coatFOB Destination, 12, EA; LI 002, TABLE Vinyl edge laminate table top with cast iron base, column is 3" 18 gauge steel tubing with 32 X-type base spread, all connections hard-welded, top plate is stamped high-strength steel, Equipped with four each plastic adjustable cushion glides. Model #: Apollo AP3672RT for 72 table or EqualLaminate Pattern: Honed Collection (Formica) # 3455-77Edge: Vinyl-VINTEEEdge: Color: Brown (coffee bean) with clear coat.Size: 36 x 72 Base Size: As required for each table size.FINISH: Brown (coffee bean) with clear coatFOB Destination, 21, EA; LI 003, CHAIR, SIDE, INDOORLiz Nesting Chair. Satin nickel finished steel ladder-back chair, Side Chair, metal slat back, 3/4" thick mahogany stained solid, solid beech seat, metal frame with plastic chair glides. Model #: N921 or EqualFrame: Metal Finish: Satin Nickel with clear coatSeat: WoodStain: Mahogany Overall Height: 36"Seat Height: 18"Seat Width: 19FOB Destination, 294, EA; LI 004, TABLE Vinyl edge laminate table top with cast iron base, column is 3" 18 gauge steel tubing with 32 X-type base spread, all connections hard-welded, top plate is stamped high-strength steel, Equipped with four each plastic adjustable cushion glidesModel #: Apollo - AP3696RT for 96 table or EqualLaminate Pattern: Willow Springs-4906-38(Wilsonart) or Baltic Granite-3891-46(Formica)Edge: Vinyl-VINTEEEdge Color: BlackSizes: 36" x 96" Base Size: As required for each table size.Finish: Satin NickelFOB Destination, 28, EA; LI 005, TABLE Vinyl edge laminate table top with cast iron base, column is 3" 18 gauge steel tubing with 32 X-type base spread, all connections hard-welded, top plate is stamped high-strength steel, Equipped with four each plastic adjustable cushion glidesModel #: Apollo AP3648RT for 48 table. or EqualLaminate Pattern: Willow Springs-4906-38(Wilsonart) or Baltic Granite-3891-46(Formica)Edge: Vinyl-VINTEEEdge Color: BlackSizes: 36 x 48 Base Size: As required for each table size.Finish: Satin NickelFOB Destination, 14, EA; LI 006, SHIPPING CHARGES - SHIPPING CHARGES CAN ONLY BE APPLIED IF IN ACCORDANCE WITH (IAW) THE CONTRACTORS GSA CONTRACT. IF SHIPPING CHARGES ARE IAW THE CONTRACTORS GSA CONTRACT, SHIPPING IS FOB ORIGIN., 1, EA; LI 007, FOR TWO DFAC BUILDING LOCATIONS ON BASE SET UP AND INSTALLATION CHARGES - ALL FURNITURE SHALL BE RECEIVED AT THE DELIVERY TRUCK, BROUGHT INTO THE BUILDINGS, ASSEMBLED, AND DELIVERED INTO THE ROOMS SPECIFIED BY THE GOVERNMENT POINT OF CONTACT (POC). ALL COORDINATION FOR THE FURNITURE SHALL GO THROUGH THE GOVERNMENT POC., 1, EA; LI 008, ALL ITEMS QUOTED SHALL MEET OR EXCEED THE REQUIRED PHYSICAL AND FUNCTIONAL SALIENT FEATURES. IF ITEM QUOTED IS NOT ON CONTRACTORS GSA CONTRACT PLEASE STATE ITEM AS OPEN MARKET. THE GOVERNMENT IS NOT AUTHORIZED TO PAY MORE THAN WHAT HAS BEEN IDENTIFIED ON THE GSA PRICING SCHEDULE. PLEASE PROVIDE NECESSARY DOCUMENTATION VERIFYING THAT ITEM(S) QUOTED ARE LISTED IN ACCORDANCE WITH (IAW) THE CONTRACTED GSA SCHEDULE AND ARE AT OR BELOW THE CONTRACTED SCHEDULE PRICING. IF THE ITEMS(S) QUOTED ARE AN OR EQUAL PRODUCT AND NOT THE EXACT ITEM REQUESTED, AN ATTACHMENT SHALL BE RECEIVED WITH THE QUOTE PROVIDING PICTURES AND SPECS CLEARLY INDICATING AN EQUAL PRODUCT. IF THE ITEM QUOTED IS THE EXACT ITEM REQUESTED, PLEASE INDICATE SO BY WRITING EXACT MATCH WITHIN THE QUOTED LINE ITEM., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort McCoy 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 ACC MICC Fort McCoy 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 ALT I, 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: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, and 252.247-7023 ALT III Transportation of Supplies by Sea. DFARS 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.225-7000 Balance of Payments Act Certificate; 252.225-7002, Qualifying Sources; 252.232-7010, Levies on Contract Payment; and 252.243-7001, Pricing of Contract Modifications. 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 90 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 The following FAR clause 52.211-6, Brand Name or Equal, will apply. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Brand Name or Equal: The Buyer is allowing Sellers to submit quotes that either meet or exceed the manufacture's brand name product. Include descriptive literature such as specifications, illustrations, or drawings to the Contracting Officer. Small Business Set Aside NAICS Code and Size Standard: 423210, 100 Employees. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. When the offer of equals is authorized, Sellers shall submit supporting documentation via email to clientservices@fedbid.com. The information should be received by the closing date and time of the Buy. Bids for which these documents are not received in that time may be considered non-responsible at the sole discretion of the Buyer. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to:HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. IF THE ITEM QUOTED IS THE EXACT ITEM REQUESTED, PLEASE INDICATE SO WITHIN YOUR QUOTE. IF ITEM QUOTED IS NOT ON CONTRACTORS GSA CONTRACT PLEASE STATE ITEM AS OPEN MARKET IF THE ITEMS(S) QUOTED ARE AN OR EQUAL PRODUCT AND NOT THE EXACT ITEM REQUESTED, AN ATTACHMENT SHALL BE RECEIVED WITH THE QUOTE PROVIDING PICTURES AND SPECS CLEARLY INDICATING AN EQUAL PRODUCT. IF THE ITEM QUOTED IS THE EXACT ITEM REQUESTED, PLEASE INDICATE SO BY WRITING EXACT MATCH WITHIN THE QUOTED LINE ITEM.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/97e839c9cf247d0354efee41ccc2525b)
 
Place of Performance
Address: Fort McCoy, WI 54656
Zip Code: 54656
 
Record
SN02212097-W 20100722/100720235600-97e839c9cf247d0354efee41ccc2525b (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.