Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
AWARD

99 -- PICTURE FRAMES

Notice Date
9/30/2010
 
Notice Type
Award Notice
 
NAICS
442299 — All Other Home Furnishings Stores
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L10T0245
 
Response Due
9/27/2010
 
Archive Date
11/28/2010
 
Point of Contact
Addam Tate, 580-442-5555
 
E-Mail Address
Fort Sill DOC
(addam.tate@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W9124L-10-P-0219
 
Award Date
9/30/2010
 
Awardee
ARTLINE WHOLESALERS INC (058675323)<br> 10 HOWARD ST<br> HICKSVILLE, NY 11801-4320
 
Award Amount
$127,086.60
 
Line Number
0001-0009
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Solicitation W9124L-10-T-0245 is a Request for Quotations (RFQ) for Picture Frames. This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-43, effective 2 August 2010. This acquisition is set aside for small business, the associated NAICS code is 442299, and size standard is $7 million. This solicitation is issued under FAR Subpart 13.5 -- Test Program for Certain Commercial Items Requirement is as follows: This solicitation represents a Firm Fixed Price requirement. Bids are due by 10:00 a.m. CST, September 29, 2010. Please provide quotes in the spaces below for the following CLIN(s): CLIN 0001: QTY: 74 UNIT: Each Historical Frames FFP Mat to fit 28in x 34in frame Frame: Larson Juhl #565G with brass corners #900G Mat: Bainbridge #8012 Brushed Onyx Substrate: acid free foamboard Glass: Tru View Conservation Clear Mount: dry mount on acid free foamcore with Seal Fusion 4000 Hanging system: Wireless Magic Marker Hanging System Mat Cut / Opening: Cut to size of frame only Backing: Flex point no paper backing FOB: Destination Unit Price $__________Total amount of CLIN: $__________ CLIN 0002: QTY: 963 UNIT: Each Class Photo Frames FFP Frame items into 18inx 24in frame Frame: Larson Juhl #346790 Mat: Top Crescent #7112 Bordeaux Mat: Bottom Bainbridge #8012 Brushed Onyx Substrate: acid free foamboard Glass: Tru View Glass Hanging System: Wireless Magic Marker Hanging System Mat Cut/ Opening: Double cut 8in x 10in top center, 5inx7in bottom aligned left Backing: Flex point no paper backing FOB: Destination Unit Price $__________Total amount of CLIN: $__________ CLIN 0003: QTY: 16 UNIT: Each Army Values Poster/Frames FFP Mat with 3in mats into 24in x 30in frame Frame: Larson Juhl #346790 Gramercy Mat: Bainbridge #8012 Brushed Onyx Substrate: acid free foamboard Glass: Tru View Glass Hanging System: Wireless Magic Marker Hanging System Mat Cut / Opening: Cut to size of poster and same as existing 48 that are in place in the buildings (17inx 21in estimated) Backing: Flex point no paper backing FOB: Destination Army Values Poster/Frames Unit Price $__________Total amount of CLIN: $__________ CLIN 0004: QTY: 131 UNIT: Each Poster Frames FFP Mat with 3in mats into 24in x 30in frame Frame: Larson Juhl #346790 Gramercy Mat: Bainbridge #8012 Brushed Onyx Substrate: acid free foamboard Glass: Tru View Glass Hanging System: Wireless Magic Marker Hanging System Mat Cut / Opening: Cut to size of frame only Backing: Flex point no paper backing FOB: Destination Unit Price $__________Total amount of CLIN: $__________ CLIN 0005: QTY: 180 UNIT: Each Assemble/Hang/Move and Store Materials FFP Items available to be turned over to contractor for assembly Unit Price $__________Total amount of CLIN: $__________ CLIN 0006: QTY: 88 UNIT: Each Rehang Frames FFP Items are on walls that need to be relocated as per drawings on SOW. Unit Price $__________Total amount of CLIN: $__________ CLIN 0007: QTY: 4 UNIT: Each Poster Frames FFP Mat with 2 3/4in mats into 30in x 35in frame Frame: Larson Juhl #346790 Gramercy Mat: Bainbridge #8012 Brushed Onyx Substrate: acid free foamboard Glass: Tru View Glass Hanging System: Wireless Magic Marker Hanging System Mat Cut / Opening: Cut to size of frame only (no cut for picture, will be cut later at the governments expense as photos/posters become available). Backing: Flex point no paper backing FOB: Destination Unit Price $__________Total amount of CLIN: $__________ CLIN 0008: QTY: 1,205 UNIT: Each Hang Frames FFP Hang Frames Unit Price $__________Total amount of CLIN: $__________ CLIN 0009: QTY: 1 UNIT: Each Accounting for Contractor Support FFP Contract Manpower Report is due upon completion of services, but no later than 31 October of the fiscal year of completion. Unit Price $__________Total amount of CLIN: $__________ TOTAL BID AMOUNT: $_____________ The following clauses are applicable to this acquisition and incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.212-4 Contract Terms and ConditionsCommercial Items, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.228-5 Insurance Work on a Government Installation, FAR 52.247-34 F.O.B. Destination, DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 ALT A Required Central Contractor Registration, DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country, DFARS 252.211-7003 ALT I Item Identification and Valuation, DFARS 252.232-7010 Levies on Contract Payments. The following clauses are applicable to this acquisition and incorporated by full text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.252-2 Clauses Incorporated by Reference, DFARS 252.212-1 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-44. The following clause is applicable to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFARS clauses within the aforementioned clause are being selected as applicable: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.232-7003, and 252.243-7002, 252.247-7023. 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, and 252.243-7002. The following clause applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial items. The following provision is being added as an Addendum: FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. The following provisions are incorporated by reference: FAR 52.212-1 Instructions of Offerors Commercial Items, DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, DFARS 252.212-7000, DFARS 252.225-7031 Secondary Arab Boycott of Israel. The following provisions are incorporated by full text: 52.252-1 Solicitation Provisions incorporated by Reference, 52.212-3 Offeror Representations and CertificationsCommercial Items, and 252.212-7000 Offeror Representations and Certifications Commercial items. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications-Commercial Items. CLARIFICATIONS AND ADDITIONAL REQUIREMENTS APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 2. Wage Determination No Date 05-2525 Revision 1106/15/2010 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hires incorporated into this contract by reference by FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASSMONETARY WAGE-FRINGE BENEFITS* Exhibit Specialist I$15.00 36.25% ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. AWARD FOR BASE PERIOD ONLY Any award made as a result of this solicitation will be for the Base period only and will not include any Option period INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contracting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that failure to provide such notice relieves the insurance company of any liability shall not be written into the COI. (b) A Certificate of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at all times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (2-in-1) type. DO NOT USE: The Fast Pay Option Use the following DoDAACs when providing invoices and receiving reports. Administered By:W9124L Payment Official:HQ0302 Issued By: W9124L Ship To:W908DX Acceptance By: W908DX NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: Rosa Estrada-Cruz ACCEPTOR EMAIL:rosa.mabel.estradacruz@us.army.mil SPECIALIST EMAIL:addam.tate@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Addam Tate at email addam.tate@us.army.mil and Lisa Slagle (KO) at email lisa.g.slagle@us.army.mil. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. POINT OF CONTACT The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, that is answered 24 hours a day, seven (7) days a week, and a local address where the Contractor can be notified of or contacted for emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. Electronic answering devices, beepers, or pagers shall suffice for this requirement. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. IDENTIFICATION OF CONTRACTOR EMPLOYEES The contractor shall provide each employee an identification (ID) badge on contract start date, or on employment start date. The ID badge shall be made of nonmetallic material. The badge shall be easily readable and include employees name, contractors name, functional area of assignment, and color photograph. The ID badge template shall be approved by the contracting officer or their designee before contract start date or within 10 working days of inclusion of this clause in a contract. Display of ID Badge. Contractor personnel shall wear the ID badge at all times when performing work under this contract to include attending Government meetings and conferences. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. Answering Telephones. Contractor personnel shall identify themselves as contractor employees when answering Government telephones. Utilizing Electronic Mail: When contractor personnel send e-mail messages to Government personnel while performing on this contract, the contractors e-mail address shall include the company name together with the persons name. When it is necessary for contractor personnel to have a user address on a Government computer, the Government shall ensure that persons e-mail address includes the name of their company. Work Force: The successful bidder shall not hire persons not legally residing in the United States of America.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ddd7096d598a23a34032d3930e82b5b)
 
Record
SN02302114-W 20101002/100930234716-9ddd7096d598a23a34032d3930e82b5b (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.