Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOLICITATION NOTICE

71 -- Fire Proof File Cabinets & Non-Fire Proof File Cabinets - Specifications

Notice Date
8/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, North Carolina State Office, 4405 Bland Road, Suite 205, Raleigh, North Carolina, 27609-6293
 
ZIP Code
27609-6293
 
Solicitation Number
AG-4532-S-10-0013
 
Archive Date
8/31/2010
 
Point of Contact
Jeffrey D. Hale, Phone: 9198732113
 
E-Mail Address
Jeff.Hale@nc.usda.gov
(Jeff.Hale@nc.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Cabinet Specifications This is a combined synopsis/solicitation for a commercial product prepared in accordance with the format in FAR Parts 12.6 and 13, 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. Solicitation Number AG-4532-S-10-0013 is issued as a request for quotation and is 100% set aside for small business. The United States Department of Agriculture (USDA), Natural Resources Conservation Service (NRCS) has a requirement to upgrade its current file cabinets to 8 fireproof lateral cabinets with retractable doors and 4 non-fireproof cabinets with retractable doors and centralized gang locks. Pricing shall include delivery and set up of the cabinets. The applicable NAICS Code is 337214 - Office Furniture (Except Wood) Manufacturing. The Size Standard dollar amount is 500 employees. The UDSA/NRCS may issue zero or one award. Please review the Specifications attached to this synopsis for further details. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Approach- The likelihood of effectively meeting the requirements; 2) Past Performance- The relevance and quality of prior performance; and 3) Price- The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O)- Conspicuously striking in eminence; Good (G)- Beneficial and worthwhile; sound and valid; Adequate (A)- Reasonably sufficient and suitable; Marginal (M)- Minimally suitable at the lower limit. The solicitation document and incorporated clauses are those in effect through Federal Acquisition Circular Number 2005-44. The provisions and clauses may be downloaded at http://acquisition.gov/far. The following provisions and clauses shall apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition; All interested contractors must be actively registered in the Central Contractor Registration (CCR) at the CCR website www.ccr.gov and must provide a completed copy of the Offeror Representations and Certifications. The Government shall award a firm fixed price purchase order 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. SUBMISSION: Contractors must submit a complete response. Responses that are not substantially complete will be returned. Offers of partial performance shall be rejected. An electronic submission is required and the files shall be submitted in MS Word or Adobe Acrobat. The submittal shall be in the form of an email with attachments. A one page letter shall transmit the quotation signed by an individual authorized to commit the organization. Each response shall be in a commercially standard font and not smaller than a size 12 font. Each page in the response shall be separately numbered. The offer, including the letter of transmittal, shall be limited to twenty (20) single sided pages. Submit offers arranged in three sections as follows: Section I - Approach, which includes identification and qualifications of relevant personnel and technical management approach; Section II - Past Performance, which includes relevant experience which describes at least three (3) relevant projects performed in the last three years and quality of performance; Section III - Price, which includes a firm fixed price for the equipment. The firm fixed price shall include sufficient data to allow the Government to determine the amount, realism and consistency of the firm fixed price. The Government shall not be liable for any costs incurred in response to this request. Interested contractors are invited to review the attached Specifications and provide an electronic response. Responses must be received by 12:00 Noon, August 16, 2010. Responses are to be emailed to jeff.hale@nc.usda.gov. All questions shall be e-mailed to Jeff Hale and shall be in writing; no telephone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/NRCS/NCSO/AG-4532-S-10-0013/listing.html)
 
Record
SN02228671-W 20100806/100804235059-1776d6701661f8b7075265da6fe51582 (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.