Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SPECIAL NOTICE

71 -- Furniture - Fort Campbell, KY

Notice Date
5/16/2011
 
Notice Type
Special Notice
 
NAICS
337110 — Wood Kitchen Cabinet and Countertop Manufacturing
 
Contracting Office
Fort Campbell DOC, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124811T0016
 
Archive Date
8/14/2011
 
Point of Contact
SaLonda M. Ozier, 270-798-7810
 
E-Mail Address
Fort Campbell DOC
(salonda.m.ozier@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Mission and Installation Contracting Command, Fort Campbell, Kentucky intends to establish multiple Blanket Purchase Agreements (BPAs) for the 101st Airborne Division (Air Assault) and Tenant Activities for furniture requirements. The contractor shall be required to provide labor, equipment, transportation, tools, materials, supervision, and freight to support furniture requirements to include re-configuration, teardown, and/or salvage. Also, the contractor shall be capable of designing furniture layout and providing, assembling, installing a variety of furniture. The number of BPAs to be established is estimated at five (5); however, the Government may establish more than or less than five (5) agreements, if determined to be more advantageous to the Government. BPA(s) will be established not to exceed a five-year period of performance. The magnitude of the BPA Calls will be between $3,000.00 and $1,000,000.00; however, the Government reserves the right to make calls up to $6.5M as stipulated in FAR Part 13.303-5 and 13.5. A BPA will be put in place with UNICOR IAW FAR Part 8.6, Acquisition From Federal Prison Industries, Inc., and UNICOR will be given priority on all furniture requirements; however, if a requirement cannot be fulfilled by UNICOR, the requirement will be competed among the successful BPA holders. All calls/awards made under the BPAs will be firm fixed priced. Design and management fees will be competed on each call. Applicable labor laws will apply, i.e., Service Contract Act and/or Walsh Healey; these laws will be identified on an individual call basis. The contractor shall provide its own product or product of another small business manufacturing concern IAW FAR 19.102, 'Non-Manufacturer rule' unless a waiver exists; for the most current listing of class waivers see http://www.sba.gov/. This Acquisition is 100% set-aside for 8(a) business concerns. NAICS Codes for this solicitation are 337XXX, Furniture and Related Product Manufacturing, with the exception of 337129, 337910, and 337920 and the small business size standard is 500 employees; also NAICS Code 541420, Industrial Design Services, business size standard is $7.0 Million. BPA's will only be established with contractors whose offers are determined to be advantageous to the Government IAW evaluation factors contained herein. Evaluation factors are Technical Capability and Past Performance. Technical Capability - Offeror must demonstrate/show existing dealer/distributor arrangements in place with Small Business Manufacturers for a variety of furniture and the capability to manage, design, assemble, install, reconfigure, teardown and salvage a variety of furniture. Past Performance: Offerors must demonstrate/show a past performance rating of satisfactory or better for quality of products/services, timeliness, business relations, and management of key personnel. Offerors are reminded that both independent data and data provided by offerors in their proposals may be used to evaluate offeror's past performance. Sources for independent data may include government databases. The government does not assume the responsibility to search for data to cure problems it finds in proposals. The burden of providing thorough and complete past performance information remains with the offeror. Offers that do not contain information outlined in this section risk rejection or high performance risk rating. Offerors without relevant past performance history will receive an unknown/neutral risk rating for past performance. BPA(s) will be awarded to those offerors determined to have satisfactory or better relevant past performance and acceptable dealer/distributor arrangements. Acceptable dealer/distributor arrangements is defined as having 10 or more established arrangements with SB manufacturers that show the technical capabilities described herein. Submission of Offerors: 1) Technical Capability: Offerors are instructed to submit information showing their capability to provide, design, manage, install, reconfigure, teardown, and salvage a variety of furniture by providing a list of existing dealers/distributors arrangements in place (10 or more SB Manufacturers); the listing shall be in sufficient detail to demonstrate/show the technical capabilities required. 2) Past Performance: Offerors shall submit recent and relevant past performance information as follows; recent is defined as within the past 3 years and relevant is defined as having provided 'a variety of furniture and the technical capabilities described herein.' Offerors shall submit to their current or past customers (within the past 3 years) the attached past performance survey and request the customers to return surveys 'DIRECTLY to the Contracting Office' (address is on the survey). There is no exception to this policy; completed questionnaires submitted directly by the offeror will not be accepted; only evaluating agency/company may submit the completed questionnaires to the Contracting Office. Offerors must be registered in CCR (Central Contractor Registration). CCR Website is https://www.bpn.gov/ccr/ and ORCA (Online Representations and Certifications Application) is https://orca.bpn.gov/. Offers and Past Performance Surveys must be received not later than 6 June 2011, 3:00 PM CST, to Mission and Installation Contracting Command -Fort Campbell, Building 2172, 13 Street, Fort Campbell, Kentucky 42223-5355. Facsimile offers will not be accepted; however, past performance surveys may be faxed to 270-798-7548 (ATTN: Ms. Banks), or e-mailed to Shirley.banks@us.army.mil. Responses received after the posted closing date of this announcement will be considered late offers and will not be considered for an award. There will not be a solicitation issued for this action. For further information contact Shirley.banks@us.army.mil or call (270) 798-7857; you may also contact Ms. Angela Jacobs @ 270-798-7566 or angela.jacobs@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a792effb6721e9d85a4d4a8eef88175f)
 
Record
SN02448532-W 20110518/110516234331-a792effb6721e9d85a4d4a8eef88175f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.