Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

71 -- FT Jackson DFAC Furniture

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
4340 Magruder Ave, Fort Jackson, SC 29207
 
ZIP Code
29207
 
Solicitation Number
0010347696
 
Response Due
8/23/2013
 
Archive Date
2/19/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 0010347696 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 FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 337215 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 2013-08-23 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Jackson, SC 29207 The MICC Fort Jackson requires the following items, Brand Name or Equal, to the following: LI 001: Adjutant General (AG) logo chair: Ft. Jackson AG logo chair 17.5"W X 19.5"D X 32"H with vinyl upholstered seat (Color TBD) with steel laser cut logo back. Frame to be constructed of high density box steel, with leg stretchers for added strength, non?marring piece nylon glides. Powder coat finish (Color TBD)., 500, EA; LI 002: AG logo barstool: for AIT Platoon Sergeant instructor area; Ft. Jackson AG logo barstool to match AG logo chair, 60, EA; LI 003: Low rectangular 4 man table: 30" x 48" X 1-1/4? inlay laminate tables, 2 SP?522?3 t-base table legs, on the level (OTL) hydraulic glides, 1 1/4" high pressure laminate (HPL) with T?mold vinyl edge. Table to include 2 each 5"x22" black finish legs. All accessories and parts included in end product. (Includes: low rectangular 4 man table legs)., 125, EA; LI 004: 30? X 48? inlay laminate barstool height tables: 3036 tabletop, (1) tall CR?3030 table x?base, on the level glides with inlay laminate 30?x48 ?x1?1/4? table 2 high pressure laminates (HPL) with ?T? mold vinyl edge, black finish, with on the level hydraulic glides. All accessories and parts included in end product to match item #3, 15, EA; LI 005: Window cascades to fit up to approximately 72" wide window: Fabric covered and lined swags to cascade across jabots. Windows must be measured by vendor., 20, EA; LI 006: Window treatment installation pre-measurements and installation of cascades., 1, EA; LI 007: Artwork large: custom selected large frame wall art with double matte 1-1/2? cherry wood raised design 24?X48? frame, to be installed with security hardware. Artwork shall consist of Fort Jackson picked themes only and require approval by the Contracting Officers Representative (COR) prior to installation., 10, EA; LI 008: Artwork medium: custom selected medium frame wall art W/double matte 1-1/2? cherry wood raised design 22?X30? frame, to be installed with security hardware. Artwork shall consist of Fort Jackson picked themes only and require approval by the Contracting Officers Representative (COR) prior to installation., 18, EA; LI 009: Panel artwork: custom etched metal photo panel representing activities of Fort Jackson; panel to be architecturally stable metal aluminum/rubber combination. Panel may be cut to fit mounting area, estimated dimensions of panel 48?X96?. Design and location requires approval from the Contracting Officers Representative (COR) prior to installation., 2, EA; LI 010: Plants, artificial: 24 inch philodendron silk plants, to include wall mount sconce for plants. Design and location requires approval from the Contracting Officers Representative (COR) prior to installation., 12, EA; LI 011: Palm tree, artificial: 7 foot silk tropical Areca palm tree, to include woven planter. Design and location requires approval from the Contracting Officers Representative (COR) prior to installation., 2, EA; LI 012: Television: 46" HD LCD flat panel TV (1080p) (Sony, Panasonic, Samsung) to be mounted on Government provided brackets. TV?s to include mounting hardware to attach to Government provided brackets, built in stereo speakers, remote control and 6? coaxial A/V cable., 6, EA; LI 013: Mobile menu computer system: Custom menu display system to include 2 each 46" flat panel TV monitors, 1 each mini computer (2.3 ghz dual core processor or higher, 250 GB Hard Drive, 4 GB Ram, Windows 7, Microsoft Office Professional, Showquest Lite Menu Board Management Solution, DVD Drive, HD Video graphics with HDMI & VGA video ports) with wireless keyboard/mouse, 2 each URA UTP (CAT5) VGA + Audio receiver, 4 Each 6? CAT5e cables, 1 Each UVA-4 4-channel VGA + Audio to CAT5 Video Splitter Sender, 3 Ea 6 ft VGA monitor cables, TVs will be mounted on Government provided brackets. TV?s to include mounting hardware to attach to Government provided brackets, built in stereo speakers, remote control and 3? coaxial A/V cable., 1, EA; LI 014: Requested Specification: US Army Divisions WWII (set); set consists of up to 53'4" LF (one per "pod") of metal panels 16? x 96? x 1/8? per panel, photo etched with Should Patch of each of 76 Army Divisions that fought in World War II. Images to be 12? high and include Division identification; images to be full color, panels to be edged with chrome trim top and bottom. Panels to be mounted at top of wall at ceiling joint (Drill Sergeant seating and corner beverage areas)., 2, EA; LI 015: "L" Computer desk system: American Patriot "L" office desk 78" x 66" office desk heavy gauge steel desk with rounded corners, 2 sets of locking drawers and mahogany high pressure laminate desk top w/4 grommet cable holes., 1, EA; LI 016: Double pedestal office desk: American Patriot ?double pedestal? office desk 60?x30?office desk heavy gauge steel desk with rounded corners, 2 sets of locking drawers and mahogany high pressure laminate desk top with 4 grommet cable holes., 2, EA; LI 017: 4 drawer vertical file cabinet with lock: American Patriot four drawer lateral file, 30"w x 53 1/4"H x 91 1/4"d, black., 3, EA; LI 018: High back ergonomic leather office chair: Managers ergonomic leather office chair with ergonomic back, adjustable arms., 3, EA; LI 019: Matching book case: American Patriot Bookcase, 5 shelves, grey, and all steel one piece welded construction. Shelves adjust at 1/2" increments. 4 shelves plus bottom approximately 72" x 36" x 12"., 1, EA; LI 020: Front loading drop safe: Nation Wide safe model #1530 or equal, electronic lock with keypad, designed to bolt to floor. Includes drilling concrete floor, all required hardware, and installation. Includes Prolam fabricated 21" steel base with mounting devices top and bottom, skirted steel frame. Interior size requirements 2.95 CUFT, 14-3/4?HX19-7/8?WX17-1/2?D, 1, EA; LI 021: 18" Wall Clock: color and design to match facility design, battery operated., 4, EA; LI 022: Freight to the installation location., 1, EA; LI 023: w.Installation: Installation includes meeting truck, verifying inventory to order, and unloading truck at installation site; unpacking and waste disposal to approved dump site. Assembling tables / bases and other products as needed. Product installation to be completed per contractor and Government agreed plan drawings., 1, EA; 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, MICC Fort Jackson 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. MICC Fort Jackson 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good until 30 September 2013. 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/. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL A protest to a U.S. Army Materiel Command forum is a ?protest to the agency,? within the meaning of FAR 33.103. The HQAMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an alternative dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. These procedures apply to the HQAMC-Level Protest Program only. ?Interested Parties: An interested party is an actual or prospective bidder or offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. Federal Government employees, unions or installations are not considered interested parties for the purposes of filing a HQAMC-level protest. Private-sector offerors on acquisitions subject to OMB Circular No. A-76 are also not considered interested parties for purposes of filing a HQAMC-level protest. ?Protest decision authority: The AMC command counsel is designated as the HQAMC protest decision authority. In the absence of command counsel the deputy command counsel is designated. ?Time for filing a protest: A HQAMC protest shall be filed in accordance with the timeframes set out in FAR 33.103(e). HQAMC office hours are 8 AM to 4:30 PM Eastern Standard Time. Time for filing any document expires at 4:30 PM (EST) on the given day. ?Election of forum: After an interested party protests an AMC procurement to HQAMC and while that protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If a protest is filed with an external forum on the same solicitation as the HQAMC-level protest, the HQAMC-level protest will be dismissed. ?Required information: Protests must be signed by an authorized representative of the protester. oProtester?s name oAddress oTelephone number oFax number oSolicitation or contract number oIdentity of the contracting activity and the contracting officer?s name oDetailed statement of all legal and factual grounds for protest (mere disagreement with the decisions of contracting officers does not constitute grounds for protest) oCopies of all relevant documents oRequest for a ruling oRequest for relief ?Where to file: An agency protest may be filed with either the contracting officer or to HQAMC. oProtest to HQAMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Fax: (703) 806-8866 or 8875 oPackages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Fort Belvoir, VA 22060-5527 oProtest to Contracting Officer shall be filed at: Appropriate installation address or see FAR Clause 52.233-2 in section L for address. ?Processing of HQAMC-level protests: Within 10 working days after the protest is filed, the contracting officer, with the assistance of legal counsel, shall file with the HQAMC Office of Command Counsel (ATTN: AMCCC-PL) one copy of an administrative report in response to the protest. Reports shall be sent by fax, over-night mail or hand-delivered to ensure timely receipt. The HQAMC protest decision authority will issue a written decision within 20 working days of the protest filing. The written decision will be binding on AMC and its contracting activities. For good cause shown, the HQAMC protest decision authority may grant extensions of time for filing the administrative report and for the issuance of the written decision. When such an extension is granted, the protester and all interested parties shall be notified within one working day of the decision to grant the extension. ?Remedies: The HQAMC protest decision authority may grant any one or combination of the following remedies: oTerminate the contract oRecompete the requirement oIssue a new solicitation oRefrain from exercising options under the contract oAward a contract consistent with statute and regulation oPay appropriate costs as stated in FAR 33.102(b)(2) oOther remedies as the HQAMC protest decision authority determines necessary to correct a defect. ?Protests before award: When a protest is filed with HQAMC prior to award, a contract may not be awarded unless authorized by the HQAMC director of contracting, in accordance with FAR 33.103(f). ?Protests after award: When a protest is filed with HQ AMC within 10 calendar days after award, or within five calendar days of debriefing for any debriefing that was requested as required by FAR 15.506, the contracting officer shall suspend performance. The HQAMC director of contracting may authorize contract performance, notwithstanding the protest, upon a written finding that contract performance will be in the best interests of the United States; or urgent and compelling circumstances that significantly affect the interests of the United States will not permit waiting for a decision from the HQAMC protest decision authority. 52.233-4703 AMC-LEVEL PROTEST PROGRAM05/01/2004 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile Number: (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SEC3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC level protest procedures are found at: http://www.amc.army/mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. All items will be delivered during the period 2-6 December 2013, between the hours of 7:30AM and 4:00PM, and set-up completed no later than 4PM, 13 December 2013. Delivery vehicles must enter Fort Jackson through the Boyden Arbor Gate located off of Percival Road (SC-12). Contractor Delays in Delivery: Any delays in delivery items on the list as part of the lot must be explained to the Contracting Officer with a reason for the delay, corrective actions taken, and the new delivery date. The delivery of the items on the dates specified above is critical to the operations of the facility and is a requirement of the contract. If the Government must change delivery/install dates the contractor shall have up to 21 days after notification to deliver and complete the installation/set-up. Discrepancies will be resolved by the Contractor with-in 30 calendar days of the end of the delivery period. Vendor provided colors schemes: The Contractor/Vendor upon award shall provide to the customer various color schemes designed to match the interior colors of the facility. The schemes will consist of window treatment colors/patterns, table top colors and designs, chair seat color, clock color and design, and chair powder coating colors. Contractors will be required to visit the facility for interior color review and will visit a nearby facility with similar furnishings to understand the customers expected design concept. Contractor will provide a layout drawing of the proposed installation. Each contractor shall submit a design layout of furnishings and d?cor for each building with their cost proposal. See the attachment 1 for addtional provisions and clauses for this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9ebfe97a8b6f90e36bf65fbaa5564b9f)
 
Place of Performance
Address: Fort Jackson, SC 29207
Zip Code: 29207
 
Record
SN03150745-W 20130817/130815235933-9ebfe97a8b6f90e36bf65fbaa5564b9f (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.