Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
MODIFICATION

71 -- DOL-IMCOM FURNITURE

Notice Date
9/10/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 6, 6600 Meloy Dr, Ste 250, FORT BENNING, GA 31905
 
ZIP Code
31905
 
Solicitation Number
0010013949
 
Response Due
9/13/2010
 
Archive Date
3/12/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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 0010013949 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 337127 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 2010-09-13 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT BENNING, GA 31905 The USA ACC MICC Fort Benning requires the following items, Meet or Exceed, to the following: LI 001, Seating: Companion Chair Back Mounting Plates: 11 Gauge cold-rolled steel sheet. Leg/Arm tubes: 7/8# Diameter x 13 Gauge formed cold-rolled steel tubes. Seat Pan: 16 Gauge stamped cold-rolled steel sheet. Glides: Standard glides are stainless steel to protect against rust and provide high strength. Surposses 300 lb dynamic load which simulates a 400 lb person. Optional Lexan hard plastic glides provide high strength. Surpasses 1200 lbs static load and 500 lbs dynamic load which simulates a 700 lb person. Easily field replaceable. Available in 33 standard or custom powdercoat colors or chrome finish. Color TBD. Chair Back.Seat: Metal back: Chair back is 3/16" aluminum plate attached with four (4) high strength steel barrel nuts and four (4) high strength #10 steel screws black oxide coated for rust prevention. screw threads coated with Loctite to prevent loosening. Available in 33 standard powdercoat options. Color TBD. Chair back to include laser image of TBD. Upholstered Seat: 3/8" thick, 5 ply upholstery grade molded plywood cushioned with 1-1/2" thick 2.8 density foam, upholstered with a large variety of materials: fabric, vinyl, leather, etc. including fabrics to address extgremely high wear situations (+600,000 double rubs). Color TBD. 10 year structural warranty. Benefits/Features: Stackable Generous Seat Openings Meets and exceeds ANSI/BIFMA testing., 408, EA; LI 002, Tables: Vela Table 36#W x 72#L High Pressure Laminate (HPL) work surface.050" (1.27mm) thickness* Phenolic back laminated on bottom.030" -.050" thickness 1 1/4 (32mm) particle board core, consisting of 45-50 lb. (20-22 kg.) density Balanced construction to prevent bowing Edge of 3mm thk, 72 durometer PVC, EVA hot melt banded to the top with 1/8" (3mm) radius on top and bottom, banding cannot be separated from top like t-molding. Complete sealed construction, prevents moisture introduction and microbial growth. Top attached to bases with (12) 7/8" #10 heavy-duty particleboard pan head Phillips screws, with black oxide coating for rust prevention. Tops are supported with a 1/8" x 1 1/2" hot-rolled angle welded to 1/4" x 9" x 9" plate, designed to support heavy loads and keeps top level and flat. Base Columns: 2" dia. x 14 Gauge hot-rolled steel upright** Base Rails: 3/16" formed hot-rolled steel** Self-leveling Glides: Steel, polyurethane, and non-skid, impact resistant nylon. Swivel feature for increased stability. Automatically readjusts each time table is moved. Weight load per glide up to 100lbs. Table is UL Listed under class E. Meets and exceeds ANSI/BIFMA testing. Table Legs (2 Per Table) 5" x 22" Steel table leg to be powercoated in a color to match chair frames. Table leg includes upgraded hydraulic adjustable table foot that automatically adjusts and readjusts to uneven floor conditions (NOT the screw in kind). Steel table legs are made in the USA not cast iron. 10 year structural warranty. *Standard laminated suppliers include Wilsonart, Formica, Pionite, & Nevamar **Standard powdercoat color (33). Color TBD., 68, EA; LI 003, WINDOW TREATMENT LINED SWAGS AND CASCADES TO FIT UP TO 20 EACH WINDOWS. EACH WINDOW IS 4'7" H x 6.3" W. MULTIPLE FABRIC SELECTIONS AT THIS PRICE. COLOR AND FABRICS TO BE DETERMINED., 20, EA; LI 004, Model: TC-L42U12 VIERA/42" Class/1080 p/60Hz/LCD HDTV Built-in HDTV tuner 42" screen measured diagonally from corner to corner 1080p display 16:9 widescreen aspect ratio 15,000: 1 native contrast and 500 cd/m2 brightness Motion Focus Technology with subpixel control 178 viewing angles Motion-adaptive 3D Y/C digital comb filter 20W 2-speaker system Ultraslim design measures 4-2/5" deep Secure Digital memory card slot 3 HDMI inputs V-chip parental controls ENERGY STAR qualified, 6, EA; LI 005, PICTURES2 EA - Image Size: 27" x 20 1/2" Finished Size: 35" x 28 1/2".2 EA - Image Size: 27" x 18" Finished Size: 35" x 26".4 EA - Image Size: 40" x 27" Finished Size: 48" x 35".4 EA - Image Size: 32" x 24" Finished Size: 40" x 32".2 EA - Image Size: 27" x 18" Finished Size: 35" x 26".2 EA - Image Size: 26" x 19" Finished Size: 34" x 27".2 EA - Image Size: 20" x 12 1/2" Finished Size: 28" x 20 1/2".2 EA - Image Size: 25" x 18 1/2" Finished Size: 35" x 26 1/4".Alternate military pictures authorized with prior approval., 20, EA; LI 006, L-SHAPED DESK, LEFT RETURN 30"w x 72" d, return 24" x 42, Mahogany finish with a drawer, 2, EA; LI 007, L-SHAPED DESK, RIGHT RETURN 30" w x 72"D, return 24" x 42", Mahogany finish with a drawer, 1, EA; LI 008, TASK CHAIR with MESH BACK, black and mahogany, 3, EA; LI 009, GUEST CHAIR, black and mahogany, 4, EA; LI 010, TASK STOOL, 2, EA; LI 011, LATERAL FILE, 4 DRAWER 36", 2, EA; LI 012, BAR TABLE: VERSTEEL VELA ROUND BAR TABLE WITH TABLE LEGS SPECIAL VEXIS 42RDFX (VX32 Stand-up height base) 42" diameter 1 1/4 flat PVC with radius corner, standard laminate selection ( Color TBD), standard PVC selection, standard powdercoat selection (ColorTBD). Automatic shelf-leveling table food that automatically adjust and readjust to uneven floor conditions. To be stand up height of 42" h. 10 year structural warranty., 8, EA; LI 013, BAR STOOL: VERSTEEL Companion Flared 29" Stool Armless, upholstered seat in grade 2 (Color TBD), metal radius back with cut out of TBD. Frame is standard powdercoat ( Color TBD). Overall height 43". Overall width 20 1/2". Overall depth 26". Seat height 29". Seat width 16". Seat depth 17". 10 year structural warranty., 32, EA; LI 014, INSTALLATION INCLUDES: Verify inventory of multiple orders. Unload deliveries to an agreed upon location, uncarton and inspect materials. Dispose of cardboard to approved dump site. Assemble tables/bases and other products as needed. Assure product installation per approved drawings. Delivery, installation, and setup will include all chairs, tables, pictures, window treatment and TVs., 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 Benning 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 Benning 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31ff7be15b23e00f4ad7bf9a65b30ddd)
 
Place of Performance
Address: FORT BENNING, GA 31905
Zip Code: 31905
 
Record
SN02277544-W 20100912/100911000953-31ff7be15b23e00f4ad7bf9a65b30ddd (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.