Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

71 -- Office Furniture

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg 2-1105, Ft Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W91247-10-T-0146
 
Response Due
9/16/2010
 
Archive Date
3/15/2011
 
Point of Contact
Name: Linda McLean, Title: Contract Specialist, Phone: 910-643-7353, Fax: 910-396-8346
 
E-Mail Address
linda.mclean1@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
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 W91247-10-T-0146 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 337214 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside 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 2010-09-16 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ft Bragg, NC 28310 The USA ACC MICC Fort Bragg requires the following items, Meet or Exceed, to the following: LI 001, Workstations: 5ea Workstations arranged to maximize collaboration and workspace; -Workstations shall have no less than 24 SF of desk surface.-Power and comms shall be from above.-Furniture shall include 2ea separate covered pathways to each workstation. Pathways are spaced no closer than 6 inches and not crossing each other at any point. Pathways must be in cable tray.-Workstations shall accommodate cut outs for GFGI network boxes.-Workstations shall incorporate tool panels, closing overhead storage, shelving, and rollaway pedestals. Tool panel accessories -Fabric panels shall accommodate normal pushpins. No fabric panel shall be taller than 24 inches without support.-Workstations shall incorporate electrical outlets and task lighting.-Must fit into limited space along with furniture from Items 0002, 0003, 0004, 0005 below.-Prefer manufacturer "AIS," product line "Matrix" to accomodate existing furniture., 5, EA; LI 002, File Storage-Two high-density storage systems on electrical vertical conveyor system (like Kardex Lektriever). One unit will be in Admin Area as shown on the attached drawing. o Approx 94 tall, approx 37 deep o Width for unit: Approx 102 wide o Work counter at approx 39 high o All shelves shall accommodate letter size folders and 3-ring binders. o Include 100 shelf dividers to organize folders and 3-ring binders. o Include front light for surface visibility. o Include standard electronic keypad and posting board for operation and file location., 1, EA; LI 003, Office Chair-Swivel, castors, height-adjustible, tilt with lock.-Must fit into limited space along with furniture from Items 0001, 0002, 0003, 0004., 5, EA; LI 004, Conference Table-Progeny Series BO72369BC-M, 6-foot boat-shaped table.-Include PLBM-24 base with MM ("Graphite") insert.-Finish: 9BC ("Burgundy Cherry on Cherry").-New furniture to match existing "Inwood" furniture., 1, EA; LI 005, Chairs-Request quote for three models: SC12c, SC32c, SC41c-Casters; Grade 3 fabric.-Finish and colors to complement Conference Table in Item 0006.-New furniture to match existing "Inwood" furniture., 4, EA; LI 006, Electrical connection required -contractor must provide an electrician/technican to connect workstation furniture in area to existing building electrical supply., 1, 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 MICC Fort Bragg 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 MICC Fort Bragg 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. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) PLEASE READ ENTIRELY: Only (1) one site visit has been arranged for anyone wishing to inspect the site where installation is to be performed. The site visit will be on 14 September 2010 at 9:30 AM EST. Anyone wishing to visit the site should do so at this time. Those persons interested in attending the site visit should be at the Fort Bragg MICC Contracting Center, Building 2-1105 C Stack, Macomb Road, Fort Bragg, NC sharply at 9:15 AM local time. Point of Contact is Linda McLean, the Contract Specialist at linda.mclean1@conus.army.mil. Please notify if you are interested in attending via email NLT 13 Sep 10, 11:00am EST. Directions to contracting will be sent accordingly. Offerors or quoters are urged and expected to inspect the site where installation is to be provided and to satisfy themselves regarding all general and local conditions that may affect the cost of contract completion, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Picture IDs are required. Absolutely, NO electronics(i.e. cell phones,cameras,etc)will be allowed in the building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0bcdcab10b90908f4bbcd0d921cfa7ed)
 
Place of Performance
Address: Ft Bragg, NC 28310
Zip Code: 28310
 
Record
SN02275161-W 20100911/100910000204-0bcdcab10b90908f4bbcd0d921cfa7ed (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.