Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
SOLICITATION NOTICE

71 -- Furniture

Notice Date
8/2/2010
 
Notice Type
Justification and Approval (J&A)
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Integrated Workplace Acquisition Center (3QSA), 2200 Crystal Drive, Suite 400, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
3QSA-JB-100001-B
 
Archive Date
8/27/2010
 
Point of Contact
James R. Price, Phone: 7036059257, Marcelles G. Barr, Phone: (703) 605-9173
 
E-Mail Address
james.price@gsa.gov, marcelles.barr@gsa.gov
(james.price@gsa.gov, marcelles.barr@gsa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GS-28F-8029H
 
Award Date
7/28/2010
 
Description
This document is for information purposes only Limited Sources Justification and Approval Under the Authority of FAR 8.4, Federal Supply Schedules Purchase Request - TBD 1. Identification of the Contracting Activity and the Requiring Agency: The Contracting Activity is the General Services Administration, Federal Acquisition Service, Integrated Workplace Acquisition Center, Arlington VA. The requiring activity is the Department of Homeland Security (DHS), Immigrations and Customs Enforcement Service (ICE), 1514 S. 77 Sunshine Strip Suite 11, Harlingen, TX 78550. 2. Nature/Description of Action It is the intent of the DHS, ICE to purchase $307,624.58 worth of Knoll furniture and Knoll (Reff) demountable walls to match approximately $1.5 million worth of Knoll furniture and Reff demountable walls already in place. The initial purchase of Knoll furniture included approximately 50 private offices and 25 systems workstations with demountable Reff walls. The add-on will include about 15 systems workstations and 8 private offices plus additional demountable Reff walls. The basis for limiting the sources for this acquisition is that the existing Knoll furniture was purchased using GSA FAS ordering procedures and additional, matching Knoll furniture and demountable walls are required. Therefore, this is a logical follow-on to the original purchase. The new Knoll furniture with demountable walls must match the existing Knoll furniture and demountable walls in order that it can be commingled and interchanged as necessary. 3. Description of Supplies and Services In accordance with agency objectives, the government has a need to procure approximately $307,624.58 Knoll furniture and demountable walls to match existing furniture and demountable walls as previously described. 4. Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the limited source. The rationale for this purchase is authorized by FAR 8.405-6(a) (2) and (b) (2). The items must be purchased from the requested manufacturer in order to be an exact match with existing furniture and demountable walls, allowing all components and parts to be integrated with existing furniture and wall system. Only Knoll can provide furniture and demountable walls that matches, and can be interchanged with, the existing Knoll products. No other vendor's product is compatible with the Knoll furniture and wall system. 5. A determination by the contracting officer that the order represents the best value to the government consistent with FAR 8.404(d). The Contracting Officer has compared the contractor's pricing with the Federal Acquisition Service schedule award pricing. Since the anticipated cost is equal to the contractor's FAS schedule pricing, which was previously determined to provide the best value to the government, the Contracting Officer has determined that the anticipated cost represents the best value to the government. 6. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. Market research was conducted by reviewing Federal Acquisition Service schedules, and it was determined that no other FAS vendor has furniture or demountable walls on schedule that could match existing Knoll furniture and demountable walls allowing parts to be co-mingled and interchanged. 7. Any other facts supporting the justification, such as: Why statements of work or purchase descriptions suitable for full and open competition have not been developed or are not available? As described above, this acquisition will be facilitated using an FAS contract for Knoll Furniture Company. The required furniture and demountable walls will be combined with existing furniture and demountable wall system making it essential that the same manufacturer be used. It has been determined that the development of a statement of work would not be a cost saving factor since no other manufacturer makes Knoll furniture and Reff demountable walls. 8. A statement of the actions if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies/services required. It is the policy of this office to follow the requirements of FAR 8.405-1 and 8.405-2 when making FAS program procurements. However, the specific requirements can only be met in this situation by limiting sources in accordance with FAR 8.405-6.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df5ee1a0a408a1de3357b04711b0c6b9)
 
Place of Performance
Address: Department of Homeland Security (DHS), Immigrations and Customs Enforcement Service (ICE), 1514 S. 77 Sunshine Strip Suite 11, Harlingen, TX 78550, Harlingen, Texas, 78550, United States
Zip Code: 78550
 
Record
SN02225820-W 20100804/100802235329-df5ee1a0a408a1de3357b04711b0c6b9 (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.