Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

71 -- Ballistic Podium

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services, Dallas Office (7PMO-DA), 1100 Commerce Street, Room 720, Dallas, Texas, 75242
 
ZIP Code
75242
 
Solicitation Number
GS-07P-10-UA-M-0056
 
Point of Contact
Daniel S. Brazel, Phone: 2147670227, Brian T. Dwyer, Phone: 2147675152
 
E-Mail Address
daniel.brazell@gsa.gov, Brian.dwyer@gsa.gov
(daniel.brazell@gsa.gov, Brian.dwyer@gsa.gov)
 
Small Business Set-Aside
N/A
 
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; Quotes are being requested and a written solicitation will not be issued. The solicitation number is GS-07P-10-UA-M-0056 and is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-30 to FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 337211 with a small business size of 500 employees. This requirement is unrestricted. All suppliers may submit quotes. The solicitations will start on the date this solicitation is posted and will end on Monday, 16 August 2010, at 4:30 p.m. Central Standard Time (CST). FOB Destination shall be Dallas, TX 75242. The following line items: #0001: 4 EA @ $______________(total) Vendor shall provided (4 each): Podium, modular ballistic rated, bullet proof, UL752 Level III rating. Key locking horizontal door, key locking vertical door with an adjustable shelf. Podium shall include transparent ballistic glazing shield at the top to cover the front and both sides. Podium shall have ballistic woven material adhered to the wood for protection. Provide warranty of workmanship (standard minimum 1 year). Approx. size of podium shall be between 3 1/2 feet to 4 feet wide (front) x 3 1/2 feet to 4 feet tall (height) x 2 ½ feet to 3 feet deep (sides). Podium shall be without wheels. Mahogany Panels and Stain grade veneer with hardwood base trim. Total overall height of podium with glazing shall not exceed 5 feet. Seller shall provide spec's, drawings, photo's, product literature, design data with offer (to include weight). Assembly instructions provided. #0002: (Option) 1 LS @ $___________(total) Vendor can provide installation/assembly of all podiums on-site if product comes un-assembled and must be assembled by the manufacturer or designated representative due to warranty and/or liability. The contractor shall be required to meet HSPD-12 security requirements in order to access the government facility. Homeland Security Presidential Directive (HSPD-12) as well as other local building access requirements and procedures. Individual employees will submit security clearance requests in advance of contract performance with all required forms, identification, and certifications needed to have security clearances adjudicated by the appropriate office of DHS. Only those employees receiving favorable clearances will be issued the proper badges/cards to access federally controlled facilities. FAR 52.204-9 will be included in the contract as well as other accompanying provisions and specifications that implement the current recognized provisions of HSPD-12. ***Question Submission: Interested sellers must submit any questions concerning the solicitation not later than Monday, 9 Aug 2010, 4:30 p.m. CST to enable the Buyer to respond. Questions must be submitted either: (a). Hand-carried, (b). Mail, or (c). Electronically - to the Contract Specialist [Daniel.brazell@gsa.gov]. General Services Administration (GSA) PBS/ Region 7 (7PQO-DA), 1100 Commerce Street, Suite 720, Dallas, Texas 75242. No Fax questions will be received. *** Failure to comply with the below terms and conditions may result in offer being determined as non-responsive: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty for workmanship. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at http://orca.bpn.gov/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and (b); and the following clauses: 52.202-1, 52.203-5, 52.203-6, 52.203-7, 52.225-1, 52.225-13, 52.225-18, 52.232-1, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. All quotes shall be provided as a "lump sum" for four (4) each - Line Item #0001 and as a "lump sum" for Line Item #0002, on official company letterhead stationery for this solicitation. Quotes must be submitted either: (a). Hand-carried, (b). Mail, or (c). Electronically - to the Contract Specialist [Daniel.brazell@gsa.gov]. GSA, PBS-Dallas Service Center, Region 7 (7PQO-DA), Attn: Daniel Brazell, 1100 Commerce Street, Suite 720, Dallas, Texas 75242. No Fax questions will be received. Due by Monday, 16 August 2010, at 4:30 p.m. Central Standard Time (CST). The signing Contracting Officer is Brian T. Dwyer. Prices MUST be good for 60 calendar days after close of solicitation. Delivery is expected within 120 days or less after receipt of order (ARO). The seller must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. If the offeror discovers at any time after the receipt of order that the delivery time shall exceed 30 days, he shall notify the Contract Specialist as soon as possible with an explanation of the delay along with a new estimate of delivery date. Award Criteria: An award will be made to a responsible, responsive offeror, who meets the requirements of the solicitation, whose past performance does not pose a risk to the Government, and whose price is considered fair and reasonable in comparison to the independent government estimate. This award will be on a 'best value' determination, the government may award Line Item 0001 with or without the Option - Line Item #0002; award is contingent upon receiving all required information and upon delivery expectations. For additional information regarding the solicitation, contact the Contract Specialist, Mr. Daniel Brazell at 214-767-0227.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO-DA/GS-07P-10-UA-M-0056/listing.html)
 
Place of Performance
Address: 1100 Commerce Street, Earle Cabell Federal Building, Dallas, Texas, 75242-0198, United States
Zip Code: 75242-0198
 
Record
SN02229622-W 20100807/100805234847-ae4f98c63d816fbc1e407e0175cc5fc7 (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.