Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
MODIFICATION

75 -- CONSOLE SYSTEMS (see attachment)

Notice Date
9/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
F6T8CC0230A001
 
Response Due
9/16/2010
 
Archive Date
11/15/2010
 
Point of Contact
A. Halim Toulas, 2535128825
 
E-Mail Address
USPFO for Washington
(abdul.toulas@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for supplies prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Reference number F6T8CC0230A001 issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Regulation Supplement (DFARS) change notice 20100623. This solicitation is for small business; the associated NAICS code is 337214 and small business size standard is 500 employees. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. Highly encouraged site visit is scheduled for 2 Sep 2010 at 2:00 PM Pacific Time. Location is 262 NWS, Bldg 307, Pitsenbarger Blvd, McChord AFB, WA 98439. Those who want to attend this site visit must email their name and information to abdul.toulas@ng.army.mil and d.spriestersbach@ng.army.mil 24 hours prior. Name of the company, name of the individual(s) attending - name(s) should be given as they appear on their drivers license, the drivers license number, the issuing state of the drivers license. Information can be submitted by fax at (253) 512-8885. The date, time and request for quote offers are due: 12 PM Pacific Time on 16 SEPT 2010 to abdul.toulas@ng.army.mil and d.spriestersbach@ng.army.mil 253-512-8825/8311. Electronic offers preferred. All questions must be submitted by email no later than 48 hours prior to bid close date. NO QUESTIONS BY TELEPHONE AS EVERYTHING MUST BE IN WRITING (EMAIL). *MUST INCLUDE COMPANY CAGE CODE & TAX ID INFORMATION WITHIN QUOTE* This requirement is for the purchase of: CONSOLE SYSTEMS (see attachment) 1) CLIN 0001 EQUIPMENTS $________________Total QTY Item Description 73Team Member Workstation, 36x30 in. 1 seat console 2Supervisory Workstation, 72x30 in. 2 seat console 1Supervisory Workstation, 72x30 in. 1 seat console 78Monitor Arm - support for max 30 in. monitor 78Chairs Ergonomic, mesh back, adjustable lumbar, adjustable arm rest, adjustable height & tilt. Color: black. a.Lifetime warranty b.Modular reconfigurable design to support changing work spaces (our mission spaces need to be flexible) c.Each unit must be able to stand alone, or be part of a shared workspace d.Ergonomic design supporting capability of multi-shift operations e.Solid structural elements (steel construction preferred, please no particle board) f.Integrated cable management system built in to each console g.Locked CPU space built in without crowding knee space (remote CPU space is not an option with our needs). Must be able to access space from front or rear of console h.All electronic components other than keyboard & monitor need to be hidden i.Modular monitor support arms j.Rear slat wall for mounting monitor arms & accessory trays (pens, paper, etc.) k.Must be able to assemble using standard tools without cutting or drilling parts l.Chairs must be able to accommodate 12 hour shifts and 24 hour operations m.20 paper tray modules n.14 in. depth knee space o.Mission commander workspace (1 ea) must accommodate 2 ea. 24 in. monitors 2) CLIN 0002 INSTALLATION$________________Total "Set up and installation of the above items (see par. 3.1.1) 3) CLIN 0003 REINSTALLATION$_________________Total "Breakdown/Relocate/Reinstallation to new build facility (see par. 3.1.2) "Non- availability of Funds till FY 2011 to apply to the reinstallation Delivery requirement: 30 days ARO, FOB Destination to Mcchord AFB, WA. Exact address will be provided upon award. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7 Central Contractor Registration FAR 52.204-10- Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract 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. This is a best value decision. The following factors shall be used to evaluate offers: Price and technical acceptability The Government will evaluate offers for award purposes. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal) FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, Restrictions on Certain Foreign Purchases ( greater than $2,500), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation" DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (solicitation only) DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012 and 252.225-7031 (if acquisition exceeds $100K) DFARS 252.225-7014 and 252.225-7015 (if acquisition exceeds $100K) and is subject to the Berry Amendment (see DFARS 225.7002) DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.246-7000, Material Inspection And Receiving Report
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/F6T8CC0230A001/listing.html)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
 
Record
SN02273603-W 20100910/100909000403-18ea3e77efb47f9819d938660e41bb20 (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.