Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

71 -- MATTRESSES

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
600 Augur Ave. Bldg 22208, Fort Huachuca, AZ 85670
 
ZIP Code
85670
 
Solicitation Number
W9124A-10-T-0287
 
Response Due
9/3/2010
 
Archive Date
3/2/2011
 
Point of Contact
Name: Monica Gjerde, Title: Purchasing Agent, Phone: 520-533-2815, Fax:
 
E-Mail Address
monica.gjerde@us.army.mil;
 
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; bids are being requested and a written solicitation will not be issued. The solicitation number is W9124A-10-T-0287 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 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 442299 with a small business size standard of $7.00M. This requirement is unrestricted 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 2010-09-03 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACC NCR-CC Fort Huachuca requires the following items, Brand Name or Equal, to the following: LI 001, twin XL mattress Size 36 X 80 X 8 inches, 10 year warranty. SPECIFICATION FOR TWIN XL MATTRESS: 1.Mattresses shall be manufactured with all new materials and shall be clean and free from defects in material and workmanship.2.Ticking/Mattress Covering the mattresses will be covered with a Staph-Check Vinyl covering and will be washable, non-absorbent, anti-bacterial, anti-static, bed bug resistant, flame retardant, and easily disinfected.3.Foam Core The mattress core shall be constructed of a premium quality high density 4 inch 1540 polyurethane foam core with a plush 2 inch 1.615 density memory foam layer on each side that will be laminated to the 4 inch core to prevent slippage or separation. An Integrity 30 fire barrier as manufactured by Ventex, Inc., will be placed over the foam core and will completely encapsulate the entire mattress forming the full fire barrier. The fire barrier consists of modacrylic/fiberglass/polyester and is a tubular 1X1 rib knit. Fire barriers containing chemical additives or flame retardant additives are not to be used. Core spun yarns are NOT used. Mattress panels are not quilted.4.Flammability Test Requirements - the mattresses must the flammability requirements of the following test methods:a.Boston Fire Department 1X-11 full composite burn testb.California Technical Bulletin #129c.Consumer Product Safety Commission 16 CFR, Part 1633d.Consumer Product Safety Commission Part 1632e.ASTME 1590 5. Other- each mattress will be individually packaged in a sealed 3 mil poly bag for shipping. A mattress sample will be available at no charge upon request. All mattresses are to be manufactured in the United States of America.Brand Name or Equal to "Custom Comfort" - SNMCO10071 FOB: Destination, 180, 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 NCR-CC Fort Huachuca 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 NCR-CC Fort Huachuca 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. It is also required any contractor doing business with the government undercontract be registered in ORCA, website url below:https://orca.bpn.gov/ QUOTES/BIDS are to be submitted on the FedBid ONLY or they will not be accepted. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. 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. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Contain within solicitation document.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11bbb3c626d02ae1771b8e5af89a9441)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02260572-W 20100901/100830235436-11bbb3c626d02ae1771b8e5af89a9441 (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.