Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
MODIFICATION

71 -- CUBICLE FURNISHINGS FOR PM TRADE

Notice Date
9/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK11T0040
 
Response Due
9/19/2011
 
Archive Date
11/18/2011
 
Point of Contact
Vicky Wei, 4073845389
 
E-Mail Address
PEO STRI Acquisition Center
(guo.wei1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: W900KK-11-T-0040 Notice Type: Combined Synopsis/Solicitation Synopsis: PM Trade Furniture This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in combination with Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being required and a written solicitation will not be issued. Solicitation W900KK-11-T-0040 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. The North America Industry Classification System (NAICS) code applicable to this procurement is 337215, Manufacturing refrigerated cabinets, showcases, and display cases, with a small business size standard of 500 employees. This acquisition is being solicited as a 100% Small Business (SB) Set-Aside. Contract Type: This is a Firm Fixed Price (FFP) contract CLIN Structure: CLIN 0001, Work Stations (Cubicles) IAW SOW, 1 Lot CLIN 0002, Office Chairs IAW SOW, l Lot, CLIN 0003, Shipping and Delivery IAW SOW, 1 Lot CLIN 0004, Removal and disposal of old Furniture/Install new furniture IAW SOW, 1 Lot Requirement: The Project Manager for Training Devices (PMTRADE) has a requirement for Contractor to Propose an acceptable floor layout of 210 cubicles for maximum space utilization while providing personnel with a functional workspace. Contractor shall order, acquire, and install NEW Herman Miller Action Office System cubicle furnishing for 210 PM TRADE personnel located on the 2nd floor of the DeFlorez Building, 12350 Research Parkway, Orlando, FL 32826. Installation and completion of all work spaces must be completed no later than 120 days after contract award on a FOB Destination basis. Applicable Clauses: The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.202-1 Definitions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The Offeror shall submit 2 hard copies and 1 electronic copy of the quotation. Hard copies of the quotation must be submitted in 3-ring binders and the electronic copy shall be in Microsoft Office 2003 compatible format on a CD-ROM. Non-price factors (Factor 1Technical and Factor 2 Past Performance) may be submitted in the same 3-ring binder, but Factor 3 Price must be submitted in a separate 3-ring binder. In addition, non-price factors (Factor 1 Technical and Factor 2 Past Performance) may be submitted electronically on the same CD-ROM, but Factor 3 Price must be submitted on a separate CD-ROM. Each binder shall contain the Title of the Quotation, RFQ number, Quotation Factor Number(s), Offeror's Name, Tax Identification Number (TIN), Dun & Bradstreet Number (DUNS) and copy number (if applicable). Pricing information shall not be included in any volume other than Cost/Price. The Offeror shall submit: Technical: A floor plan/solution for each installation area showing how workspaces will be laid out in that area. Past Performance: The Offeror shall submit a list of up to three (3) similar type government or commercial contracts awarded within the past two (2) years. Price: Offerors shall provide completed pricing for CLINS 0001-0004 and cost breakdowns. The price proposed shall include all costs to meet all of the requirements of this solicitation. Pricing information shall not be included in any other volume. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor(s) which are equally weighted shall be used to evaluate offers: Technical, Past Performance and Price. Technical: Furniture Layout/Floor Plan: Plan will be evaluated to ensure the type of furniture proposed fit and conform to the purpose and includes all the furniture required. A propose solution for the area showing how workspaces will be laid out. The Government will evaluate Offeror's proposed product to include ease of moving, reassembly and assembly of cubicle components. The Government will evaluate Offerors compliance with commercial practices, in meeting Federal and State operational, health, safety and ADA requirements. The Government will evaluate other relevant criteria, but NOT limited to: The offeror ability to meet the requirements. The proposed plan of approach and work schedule. Quality of proposal, including any innovative concepts. Past Performance: Past Performance of Offerors will be evaluated and determined to be acceptable when an overall satisfactory performance on similar contracts/projects completed within the past three years has been demonstrated. Price: Price will be evaluated but will not be given a rating. The Offeror's quotation will be evaluated to determine if prices for individual items are fair and reasonable. The sum total of all CLINs will be used to determine the bottom-line evaluated price costs to complete this effort. In evaluating the Price Factor, the Government will perform an evaluation to determine the fairness and reasonableness of the proposed prices in accordance with FAR 15.404-1 (b). The Government is seeking the offerors price that meets or exceeds all requirements outlined in the PWS. BASIS FOR AWARD: A single award will be made to the lowest priced Offeror that has submitted a quotation that is determined to technically acceptable by the Government. The Government will evaluate quotations for acceptability, without consideration of tradeoffs among cost and non-cost factors. The factors and standards establishing the requirements of acceptability that meets or exceeds the Government technical specification. The award will be made on the basis of initial quotations without discussions (although the right to conduct discussions, if necessary, is reserved). Offerors are therefore cautioned that each initial quotation should contain the Offeror's best terms. (b) 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 offer's 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. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation) applies to this acquisition; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.233-3 Protest After Award; FAR 52.242-13 Bankruptcy; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviation in Clauses. DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010 Levies on Contract Payments; 5152.232-5011 Invoicing Instructionsand Payment (WAWF Instructions); 5152.246-5000 Standard Commercial Warranty (PEO-STRI) (SEP 2006) (a) The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. (b) The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of _________ months. (Offeror is to insert number.) The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Site visit An on-site visit will be scheduled on Friday, 9 September at 4:00pm before proposal due date on 19 September 2011. Purpose for this on-site visit is to provide an opportunity for the vendors to view the cubicle workspace area, obtain measurements, and ask any questions to better prepare and finalize their proposal before the deadline. Each vendor can submit no more than three names. All interested vendors are to email Ms. Ingrid Neal at Ingrid.y.neal@us.army.mil no later than 4:00pm on Wednesday, 7 September 2011 (NO EXCEPTIONS please) to announce their intent to attend the on-site visit in order to gain access through security gates. Ms. Neal will respond back via email to provide all pertinent details to the facility, etc. Attending the on-site visit is not a requirement for submitting a proposal, but highly encouraged. Quotations are due by 1700 EDT, 19 September 2011. Quotations shall be mail or deliver to Vicky Wei, Contract Specialist, at the following address: US Army PEO STRI Acquisition Center Attn: Vicky WEI (Code SFAE STRI-KOP) 12350 Research Parkway Orlando, FL 32826-3276 Point of contact for this solicitation: The Contract Specialist is: Ms. Vicky Wei, Contract Specialist, guo.wei1@us.army.mil Questions regarding this solicitation shall be submitted via electronic mail to the Contract Specialist at guo.wei1@us.army.mil and shall include the solicitation number in the subject line. The Government will answer all questions provided those questions are received by 1700 EDT 13 September 2011. Questions received after the above referenced deadline may not be answered prior to quotation submission. The Government does not anticipate that the closing date for receipt of offers will be extended.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK11T0040/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02571762-W 20110914/110912235336-77c7edf876cb3fdfed405aabb756bf09 (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.