Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
MODIFICATION

71 -- Dorm Furniture

Notice Date
7/12/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1001 Indian School Rd., NW, Suite 347, Albuquerque, NM 87104
 
ZIP Code
87104
 
Solicitation Number
K0061111086
 
Response Due
7/22/2011
 
Archive Date
1/18/2012
 
Point of Contact
Name: Judith Mariano, Title: Purchasing Agent, Phone: 5055633941, Fax: 5055633030
 
E-Mail Address
judith.mariano@bia.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number K0061111086. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 261252_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-07-22 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Anadarko,, OK 73005 The Bureau of Indian Affairs requires the following items, Brand Name or Equal, to the following: LI 001, Item #B6-3880H-ST - Bunkable steel bed frame with steel lift deck (with gas lift struts), laminate wood headboards, and lockable storage compartment, Fits mattress 36"W x 80"L. Overall size: 38"W x 86"L x 34"H, Ships K.D. Paint: Supeme Silver, Laminate: Solar Oak, 204, EA; LI 002, Item#: SoFlux Mattress, Innerspring, Size: 36" x 80",, 104, EA; LI 003, Item#: XTD85KX - IronWood Next desk, adjustable top, adjustable shelf, pencil drawer in lieu of keyboard tray. Overall Dimensions: 36"W x 55"H x 25-1/2"D, Ships K.D., Paint: Supreme Silver; Laminate: Solar Oak, 8, EA; LI 004, Item#: CHPR - Two position chair, steel frame, upholstered seat and back, without armrests, 204, EA; LI 005, Item#: SW2-362478W - Wardrobe with one upper laminate wood door, two lower laminated wood doors, one shelf, clothes rod, and three point latch. Overall Size: 36"W x 84"H x 24"D, Ships K.D., Paint: Supreme Silver, Laminate: Solar Oak, 200, EA; LI 006, Item#: SC7-20205WX - Nightstand with one drawer, thermo laminated wood top, and thermo laiminated wood drawer front. Overall size: 20"W x 25"H x 20"D, Paint: Supreme Silver, Laminate: Solar Oak, 4, EA; LI 007, Item#: FBT260-01 - Solid Oak 5-Shelf Wall Unit, 3 adjustable shelf panels with 1 fixed panelExposed Wood: Solar Oak, 2, EA; LI 008, Item#: MUE_POOL Table - 8' Valley Tiger Pool Table to included Accessory Package, Installation and Freight, 4, EA; LI 009, Item#: MUE_FOOSBALL - Foosball Table, 2, EA; LI 010, Item#: MUE_PINGPONG - Folding Ping Pong Table with accessories kit, 2, EA; LI 011, Item#: XTTB36HPX - 36" Round Pub Style Table with HPL Top with T Molding Edging, Metal Base with footrest 41"HPaint: Total Eclipse, Laminate: Solar Oak, 12, EA; LI 012, Item#: GRC-1800BS-AR - 30" Barstool with armrest and footrests, Upholstered seat and backPaint: Ink Black (flat), Fabric: Shire Fossil, 32, EA; LI 013, Item#: FBT 060 SE - Oak Solid End Lounge Chair, Size: 27' x 30" 32"Fabric: Shire Oxford, Exposed Wood: Solar Oak, 40, EA; LI 014, Item#: FBT 062 SE - Oak Solid End Sofa, Size: 75" x 30" x 32"Fabric: Shire Oxford, Exposed Wood: Solar Oak, 13, EA; LI 015, Item#: FBT 229 SE - Solid Oak End TableExposed Wood: Solar Oak, 27, EA; LI 016, Item#: FBT 227 SE - Solid Oak Coffe TableExposed Wood: Solar Oak, 10, EA; LI 017, Item#FBT130-42RD(MB)(THP-2) - 42" Round Table with Metal Pedestal, with 3mm PVC EdgebandingExposed Wood: Solar Oak, Paint: Total Eclipse, 3, EA; LI 018, Item#FBT130-42RD(MB)(THP-2) - 42" Round Table with Metal Pedestal, with 3mm PVC EdgebandingExposed Wood: Solar Oak, Paint: Total Eclipse, 48, EA; LI 019, Item#: FBT130-3072(ST)O-1(THP-2) - Solid Oak Study Table, Size: 30" x 72"WFinish: Solar Oak, 5, EA; LI 020, Item#: FBT0870-1 - Solid Oak sled base chair with upholstered seat & backFinish: Solar Oak, Fabric: Shire Oxford, 74, EA; LI 021, Item#: BG DS6630/KB2 - Desk Shell: 66" X 30" Metal Frame Desk w/Laminate Top and Articulating Keyboard TrayPaint: Charcoal, Laminate: Solar Oak, 5, EA; LI 022, Item#: BGRT2448F - Return Shell: 48" x 24" Metal frame Return with Pedestal (box, box, file)(EL3011), Laminate Top and Pencil Drawer (VMEX00029-1), with (1) Grommet CenteredPaint: Charcoal, Laminate: Solar Oak, 5, EA; LI 023, Item#: BG HC4802 - Stack on Storage: 48"W, Metal Storage Hutch with Flipper Doors, sits on return, included Fabric TackboardPaint: Charcoal, Fabric: TBA, Laminate: Solar Oak, 5, EA; LI 024, Item#: BG BT36-BK - 36-1/3"W x 6-7/8" x 1-1/2" Task Ligh, 5, EA; LI 025, Item#: BG RG-F590 - Combo Lateral/2 Drawer with 3 Hi Shelves, with Safety Lock, 36"W x 18-1/4"D x 65-7/8"HPaint: Charcoal, 5, EA; LI 026, Item#: BG GBS-3665 - Bookcase, 36"W x 65-7/8"H Metal Bookcase with Four ShelvesPaint: Charcoal, 3, EA; LI 027, Item#: CAF_Infinity91800 - Infinity High Back Mesh Chair with Adjustable Arms and Upholstered Seat, 5, EA; LI 028, Item#: CAF_Infinity19827 - Infinity Style Mesh side Chair with Arms and Upholstered Seat, 16, EA; LI 029, Item#: CAF-19850ESMHTASLP - Conference Room Rolling Chair with leather set and mest back with arms, 14, EA; LI 030, Item#: SS26682 - Smith System Carrel Starter, 27"D x 36"X x 48"H, 3, EA; LI 031, Item#: SS26683 - Smith System Carrel Adder, 27"D x 36"W x 48"H, 23, EA; LI 032, Item#: HR_E9NM01609W - Basketball Game DBL Shootout, 2, EA; LI 033, Item#: HONLC4896E - Conference Table with rounded end rectangular shape with slab base 48" x 96" Finish: Solar Oak, 1, EA; LI 034, Installation, 1, JOB; 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, Bureau of Indian Affairs 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal After completion of work and prior to final payment, the Contractor shall furnish the Contracting Officer with a release of claims against the United States relating to this contract. The Release of Claims form (DI-137) shall be used for this purpose. The form provides for exception of specified claims from operation of the release. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub L 110-252, Title VI. Chapter 1 (41 U.S.C. 251 note)); X (23) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); X (24) 52.222-19, Child Labor Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); X (25) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); X (26) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); X (35) 52.223-18. Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513); X (37) 52.225-1, Buy American Act Supplies (FEB 2009) (41 U.S.C. 10a-10d); X (44) 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003) (31 U.S.C. 3332); X (46) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C.3332); and X (47) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C 552a). The Contractor's invoices must be submitted before payment can be made. The Contractor will be paid on the basis of the invoice, which must state (a) the starting and ending dates of the subscription delivery, the contract number and the word 'final' on final invoice, (b) either that orders have been placed in effect for the addressees required, or that the orders will be placed in effect upon receipt of payment. (a) The Government may extend the term of this contract by written notice to the Contractor within three days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least three days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 18 months. State of New Mexico Gross Receipts and Compensating Tax, FAR 52.229-10 Contract Terms and Conditions-Commercial Items, FAR 52.212-04 Termination for Default, FAR 52.249-8 Termination for Convenience, FAR 52.249-01 Prohibition of Assignment of Claims, FAR 52.232-24 Bankruptcy, FAR 52.242-13, Disputes FAR 52.233-1 United States law will apply to resolve any claim of breach of this contract. a) Definitions. As used in this provision Lobbying contact has the meaning provided at 2 U.S.C. 1602(8). The terms agency, influencing or attempting to influence, officer or employee of an agency, person, reasonable compensation, and regularly employed are defined in the FAR clause of this solicitation entitled Limitation on Payments to Influence Certain Federal Transactions (52.203-12). (b) Prohibition. The prohibition and exceptions contained in the FAR clause of this solicitation entitled Limitation on Payments to Influence Certain Federal Transactions (52.203-12) are hereby incorporated by reference in this provision. (c) Certification. The offeror, by signing its offer, hereby certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on its behalf in connection with the awarding of this contract. (d) Disclosure. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensationwere made. (e) Penalty. Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by 31 U.S.C. 1352.Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure required to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. a) The term "f.o.b. destination," as used in this clause, means-- (1) Free of expense to the Government, on board the carrier's conveyance, at a specified delivery point where the consignee's facility (plant, warehouse, store, lot, or other location to which shipment can be made) is located; and (2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port city and supplies are for export), warehouse unloading platform, or receiving dock, at the expense of the Contractor. The Government shall not be liable for any delivery, storage, demurrage, accessorial, or other charges involved before the actual delivery (or "constructive placement" as defined in carrier tariffs) of the supplies to the destination, unless such charges are caused by an act or order of the Government acting in its contractual capacity. If rail carrier is used, supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier (including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloading platform of the consignee, except when the supplies delivered meet the requirements of Item 568 of the National Motor Freight Classification for "heavy or bulky freight." When supplies meeting the requirements of the referenced Item 568 are delivered, unloading (including movement to the tailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the contractor uses rail carrier or freight forwarded for less than carload shipments, the contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee. (b) The Contractor shall-- (1)(i) Pack and mark the shipment to comply with contract specifications; or (ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements; (2) Prepare and distribute commercial bills of lading; (3) Deliver the shipment in good order and condition to the point of delivery specified in the contract; (4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract; (5) Furnish a delivery schedule and designate the mode of delivering carrier; and (6) Pay and bear all charges to the specified point of delivery. Service of Protest--Department of the Interior (Deviation), FAR 52.233-02 (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive date or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. In the event the Contractor enters into proceedings relating to bankruptcy, whether voluntary or involuntary, the Contractor agrees to furnish, by certified mail or electronic commerce method authorized by the contract, written notification of the bankruptcy to the Contracting Officer responsible for administering the contract. This notification shall be furnished within five days of the initiation of the proceedings relating to bankruptcy filing. This notification shall include the date on which the bankruptcy petition was filed, the identity of the court in which the bankruptcy petition was filed, and a listing of Government contract numbers and contracting offices for all Government contracts against which final payment has not been made. This obligation remains in effect until final payment under this contract. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within three days. This solicitation includes Government unique standards. Offers that do not comply with the Government-unique standards specified in this solicitation may be determined to be nonresponsive or unacceptable. The offeror may submit an offer that complies with the Government-unique standards specified in this solicitation, in addition to any proposed alternative standard9s). The equipment and furniture in this solicitation for bids is to be shipped at the time the contracting officer provides a "Notice to Ship/Deliver and Install" to the vendor/contractor. A school is in the process of being built with an anticipated completion of January/February 2012; thus, the reason for a "Notice to Deliver and Install" by the contracting officer. Delivery and installation are desired thirty (30) days from the "Notice to Deliver and Install." No bids will be accepted from bidders proposing to use another firms GSA schedule, even if they have permission of the firm to use it. The bidder must be the owner of the GSA schedule in order to bid and to be considered for award. Bids that do not comply with this offer term will be removed from consideration. By proactively complying with this offer term, Sellers accept that the Government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the Government and receive payment from the Government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") The vendor shall comply with the environmental requirements of FAR Part 23, DIAR Part 1423, and DOI Green Purchase Plan. See www.interior.gov/greening/procurment/index. Vendors are required to price quote each line item Pursuant to 25 U.S.C. 47 preference will be granted to those offers submitted in response to this solicitation from eligible Indian economic enterprises. Offers received from enterprises that are not eligible Indian economic enterprises will be considered if reasonable, responsive offers are not received from eligible Indian economic enterprises. Indian Economic Enterprise means (i) any business activity owned by an Indian or an Indian Tribe that is established for the purpose of profit provided that such Indian or Indian Tribe ownership shall constitute not less than 51 percent of the enterprise, and that the Indian or Indian Tribe shall receive a majority of the earnings from the contract, to include entities established pursuant to the Native Claims Settlement Act, 43 USC 1601 and 43 USC 1626(e)(1) and (2); and (ii) the management and daily business operations of an eligible Indian economic enterprise must be controlled by one or more individuals who are members of an Indian Tribe. The individuals must possess requisite management or technical capabilities directly related to the primary industry in which the firm conducts business. The enterprise must meet these requirements throughout these time periods: (1) At the time an offer is made in response to a written solicitation; (2) at the time of contract award; and (3) during the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, urban, or corporation pursuant to the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 USC 1601).(End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/K0061111086/listing.html)
 
Place of Performance
Address: Anadarko,, OK 73005
Zip Code: 73005
 
Record
SN02495572-W 20110714/110712234425-cca05b07c1f29148caf854804ab8b3a8 (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.