Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
MODIFICATION

71 -- RECOVERY--71--RECOVERY - Library Furniture

Notice Date
9/9/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1001 Indian School Road NW, Albuquerque, NM 87104
 
ZIP Code
87104
 
Solicitation Number
RAPR0110124
 
Response Due
9/12/2011
 
Archive Date
3/10/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
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 RAPR0110124 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 337110 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 2011-09-12 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Teec Nos Pos, AZ 86514 The Bureau of Indian Affairs requires the following items, Brand Name or Equal, to the following: LI 001, Shelving Bookstack, 16-guage Steel frame, 18-guage steel shelves, Single Faced, 42"H X 36"W X 13 3/8"D. One base shelf, and two adjustable shelves. Must surpass ALA strength and durability standards. Capacity minimum is 50 lbs per square foot. Color: Putty. MFR: Gaylord Brothers, #LS364211133. Brand Name or Equal. Item must be compatable., 10, EA; LI 002, Shelving Bookstack, 16-guage Steel frame, 18-guage steel shelves, Double Faced, 42"H X 36"W X 24 7/16"D. One base shelf, and two adjustable shelves. Must surpass ALA strength and durability standards. Capacity minimum is 50 lbs per square foot. Color: Putty. MFR: Gaylord Brothers, #LD364211243. Brand Name or Equal. Item must be compatable., 4, EA; LI 003, Shelving Bookstack, 16-guage Steel frame, 18-guage steel shelves, Double Faced, 66"H X 36"W X 24 7/16"D. One wraparound base shelf, and four adjustable shelves per side. Must surpass ALA strength and durability standards. Capacity minimum is 50 lbs per square foot. Color: Putty. MFR: Gaylord Brothers, #LD366611245 Brand Name or Equal. Item must be compatable, 22, EA; LI 004, Shelving Bookstack, 16-guage Steel frame, 18-guage steel shelves, Single Faced, 42"H X 36"W X 13 3/8"D. One base shelf, and 6 adjustable shelves. Must surpass ALA strength and durability standards. Capacity minimum is 50 lbs per square foot. Color: Putty. MFR: Gaylord Brothers, #LS368411137. Brand Name or Equal. Item must be compatable., 26, EA; LI 005, 42" Diameter Table Classic Saf-T-Edge, Height is 29". Constructed from oak solids and oak laminates. Surface is 1 1/4" high-pressure laminate. Legs are 2 1/4" solid oak and 3" oak aprons for extra strength. Corner braces are steel. Finish: Medium Oak. MFR: Gaylord Brothers, #SE42D. Brand Name or Equal. Item must be compatable., 10, EA; LI 006, Reading Chair, all wood, seat height is 17 1/2". Dimensions: 32 3/4"H X 18 3/4"W x 21" D. Solid hadwood reinforced seat corners, reinforced parts, and sculpted seat. Finish: Medium Oak. MRF: Gaylord Brothers, #300-18. Brand Name or Equal. Item must be compatable., 40, EA; LI 007, Canopy Top for Steel Shelving. Single-Faced, 1" thick, high pressure laminate. 72"W X 14"D. Used with 13" base shelf depth. Finish: Medium Oak. MFR: Gaylord Brothers, #LCT6-S14. Brand Name or Equal. Item must be compatable., 2, EA; LI 008, Canopy Top for Steel Shelving. Single-Faced, 1" thick, high pressure laminate. 108"W X 14"D. Used with 13" base shelf depth. Finish: Medium Oak. MFR: Gaylord Brothers, #LCT9-S14. Brand Name or Equal. Item must be compatable., 2, EA; LI 009, Canopy Top for Steel Shelving. Double-Faced, 1" thick, high pressure laminate. 72"W X 25"D. Used with 24" base shelf depth. Finish: Medium Oak. MFR: Gaylord Brothers, #LCT6-D25. Brand Name or Equal. Item must be compatable., 2, EA; LI 010, Brackets for Canopy Tops for Steel Shelving. 8", pair. Finish: Putty. MFR: Gaylord Brothers, #BKLA-08. Brand Name or Equal. Item must be compatable., 18, pair; LI 011, End Panels for Steel Shelving. For Double-Faced Shelving, Laminate, Slatewall, 66"H X 25"D. Finish: Natural Oak. MFR: Gaylord Brothers, #EPB625. Brand Name or Equal. Item must be compatable., 3, EA; LI 012, Steel 5 Shelf Magazine Rack. 64"H X 25"W X 20"D. Finish: Black. Gaylord Brothers, #MR2000. Brand Name or Equal. Item must be compatable., 2, EA; LI 013, Octagon Slatwall Display Table. 28"H X 48"W X 48"D. Constructed of natural oak veneer with matching edge-banding. Finish: Natural Oak Veneer. Gaylord Brothers, #OCV48. Brand Name or Equal. Item must be compatable., 2, EA; LI 014, Riser for Octagon Slatwall Display Table. 11"H X 12"W X 12"D. Constructed of natural oak veneer with matching edge-banding. Finish: Natural Oak Veneer. Gaylord Brothers, #OCV12. Brand Name or Equal. Item must be compatable., 2, EA; LI 015, Juvenile Bean Bag Chair. 35"H X 72" circumference. Kid proof safety. Color: Qty: 3 Green, Qty: 3 Yellow. Gaylord Brothers, #NAPSAXB-1. Brand Name or Equal. Item must be compatable., 6, EA; LI 016, Solid Oak Wood Rocking Chair (adult). Seat 20"H, 48"H X 22"W X 18"D. Contoured seats, backs, and rounded edges. Finish: Natural Oak. Gaylord Brothers, #WW-103A. Brand Name or Equal. Item must be compatable., 1, EA; LI 017, Lounge Chair. Wood frame with high-densitiy foam seat and back cusions. 30"H x 31"W x 28"D. Fabric: Maroon, standard fabric. Gaylord Brothers, #HT9621. Brand Name or Equal. Item must be compatable., 3, EA; LI 018, Alphabet Area Carpet. Rectangular shape, 10'9"W x 13'2"L. ranbow colors, bound and serged edges. High twist 100% nylon fibers. Gaylord Brothers, #891545. Brand Name or Equal. Item must be compatable., 1, EA; LI 019, End Panels for Steel Shelving. For Double-Faced Shelving, Laminate, Square-cut end panels, oak veneer construction, 66"H X 25"D. Finish: Medium Oak. MFR: Gaylord Brothers, #EPV625. Brand Name or Equal. Item must be compatable., 10, EA; LI 020, End Panels for Steel Shelving. For Double-Faced Shelving, Laminate, Square-cut end panels, oak veneer construction, 42"H X 25"D. Finish: Medium Oak. MFR: Gaylord Brothers, #EPV425. Brand Name or Equal. Item must be compatable., 4, EA; LI 021, End Panels for Steel Shelving. For Single-Faced Shelving, Laminate, Square-cut end panels, oak veneer construction, 42"H X 14"D. Finish: Medium Oak. MFR: Gaylord Brothers, #EPV414. Brand Name or Equal. Item must be compatable., 4, EA; LI 022, End Panels for Steel Shelving. For Single-Faced Shelving, Laminate, Square-cut end panels, oak veneer construction, 84"H X 14"D. Finish: Medium Oak. MFR: Gaylord Brothers, #EPV814. Brand Name or Equal. Item must be compatable., 6, EA; LI 023, Installation of furniture, 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. An Offeror 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 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. 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) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 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. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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 1)52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). X (2) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). X (3) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). X (4) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). X (5) 52.225-1, Buy American Act?Supplies (FEB 2009) (41 U.S.C. 10a-10d). X (6) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 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 or purchase order 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 five days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least five 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 twelve months. FAR 52.229-10 State of New Mexico Gross Receipts and Compensating Tax, FAR 52.212-04 Contract Terms and Conditions-Commercial Items, FAR 52.249-8 Termination for Default, FAR 52.249-01 Termination for Convenience, 52.232-24 Prohibition of Assignment of Claims, FAR 52.242-13 Bankruptcy, FAR 52.233-1 Disputes, 52.249-08 Default (fixed price supply and service), FAR 229-04 Federal, State, and Local Taxes, FAR 1452.204-70 Release of Claims, FAR 42.1303 Stop work orders, 42.1304 Government delay of work, FAR 52.242-15 Stop work orders. FAR 52.243-1 Changes. May be view at http://www.farsite.hill.af.mil, https://www.acquisition.gov/far, http://www.doi.gov/pam/aindex.html Applicable Law for Breach of Contract Claim, FAR 52.233-04 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 An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's listed specs whichever is applicable to the buy. Preference will be given to offeror?s who can provide items that are brand name or equal. The items must be compatible with current equipment in use. The Service Contract Act of 1965 applies to this requirement. FAR 52.222-42 applies to this requirement. DOL Wage Rates apply for this requirement for Apache County, Arizona.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RAPR0110124/listing.html)
 
Place of Performance
Address: Teec Nos Pos, AZ 86514
Zip Code: 86514-0102
 
Record
SN02570135-W 20110911/110910000604-12af1cf343a436cd6adf60556b2966c7 (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.