Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

71 -- Office Furniture and Flooring

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
937 North Harbor Drive, San Diego, CA 92132
 
ZIP Code
92132
 
Solicitation Number
N00244-14-T-0194
 
Response Due
9/29/2014
 
Archive Date
3/28/2015
 
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
N/A
 
Description
AMENDMENT NOTICE: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 N00244-14-T-0194 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-29 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The FLC - San Diego requires the following items, Meet or Exceed, to the following: LI 001: Door Lever Brushed Aluminum key, 1, ea; LI 002: Power Harness 24W 3 Circuit Black, 1, ea; LI 003: Power Harness 36W 3 Circuit Black, 11, ea; LI 004: Duplex Receptacle Circuit 2 3-3-2 System color: bungalow, 2, EA; LI 005: Base Infeed 3 Circuit black, 2, EA; LI 006: Three-Port Flex-Mode Faceplate color: almond, 5, lot; LI 007: Gussets (1 Pr) champagne metallic, 2, lot; LI 008: Freestanding 11DX29-1/2H End Pnl Sup champagne metallic, 2, EA; LI 009: Center Drawer 19Wx14-3/4Dx3H w/Lock Metal champagne metallic, 1, EA; LI 010: Freestanding 24Dx29-1/2H Sup Leg champagne metallic, 2, EA; LI 011: Access Mesh Wk Chr Basic SyncTlt H/W Adj Arm Standard Cylinder Hard Casters Main Color - Black Fabric - Messenger Color - Nile, 6, EA; LI 012: Ess Lat 36W 64-1/4H 12" R/O 4-12" Drws Int Pull Gunmetal Metallic, 6, EA; LI 013: Ess Lat 36W 28H 2-12" Drws Int Pull Champagne Metallic Like Keys for all Locks, 1, EA; LI 014: Seek Work Fxd Arms Mesh Bk Uph Seat Slvr Fr Cstr Multi-Surface Caster Main Color - Onyx Fabric color - Messenger Color - Nile, 2, EA; LI 015: Lock Core Kit, Silver - 3 Cores, 2 Keys Key Sequence Starting Point Key Number 101, 5, EA; LI 016: Lock Core Kit, Silver - 5 Cores, 2 Keys Key Number 106, 1, EA; LI 017: 15H x36W Flipper Door Overhead-No Pull Sys:Stride-Align-Terr-Concnsys Champagne Metallic, 5, EA; LI 018: 15H x48W Sliding Single Door Overhead Champagne Metallic, 1, EA; LI 019: 15H x60W Sliding Single Door Overhead Champagne Metallic, 1, EA; LI 020: Ess Support Ped BBF 28H 23D Int Pull Champagne Metallic, 6, EA; LI 021: Ess Support Ped FF 28H 23D Int Pull Champagne Metallic, 5, EA; LI 022: Universal 8-1/2Hx47W Mod Pnl Champagne Metallic, 1, EA; LI 023: Primary 24Dx36W Flat Eg Lam w/Grommet L2 Woodgrain Lam Opts Lam: Beigewood Edg: Beigewood *Prev EDE* Plastic Grommet, 5, EA; LI 024: Primary 24Dx60W Flat Eg Lam w/Grommets L2 Woodgrain Lam Opts Lam: Beigewood Edg: Beigewood *Prev EDE* Plastic Grommet, 1, EA; LI 025: Boomerang 90 Degree 48x72 24D LH Flat w/Grom L2 Woodgrain Lam Opts Lam: Beigewood Edg: Beigewood *Prev EDE* Plastic Grommet, 1, EA; LI 026: Corner Cove 48x60-24L/24R Extd RH Flat w/Grom L2 Woodgrain Lam Opts Lam: Beigewood Edg: Beigewood *Prev EDE* Plastic Grommet, 1, EA; LI 027: Corner Cove 72x36-24L/24R Extd LH Flat w/Groms L2 Woodgrain Lam Opts Lam: Beigewood Edg: Beigewood *Prev EDE* Plastic Grommet, 1, EA; LI 028: Corner Cove 36x72-24L/24R Extd RH Flat w/Grom L2 Woodgrain Lam Opts Lam: Beigewood Edg: Beigewood *Prev EDE* Plastic Grommet, 4, EA; LI 029: Worksurface Bracket Kit Champagne Metallic, 7, EA; LI 030: Cantilever Bracket 24D LH Terrace Champagne Metallic, 5, EA; LI 031: Cantilever Bracket 24D RH Terrace Champagne Metallic, 5, EA; LI 032: 36W Base Raceway Cover w/3 Windows(Knockouts) Champagne Metallic, 1, EA; LI 033: Ter DNA Stacking Panel Frame 22.5Hx24W, 1, EA; LI 034: Ter DNA Stacking Panel Frame 22.5Hx42W, 1, EA; LI 035: Ter DNA Stacking Panel Frame 22.5Hx48W, 3, EA; LI 036: Structural Raceway Pnl Fr-No Top Trim 42 1/2Hx20W Champagne Metallic, 1, EA; LI 037: Structural Raceway Pnl Fr-No Top Trim 42 1/2Hx36W Champagne Metallic, 3, EA; LI 038: Structural Raceway Pnl Fr-No Top Trim 65Hx20W Champagne Metallic, 3, EA; LI 039: Structural Raceway Pnl Fr-No Top Trim 65Hx24W Champagne Metallic, 4, EA; LI 040: Structural Raceway Pnl Fr-No Top Trim 65Hx36W Champagne Metallic, 22, EA; LI 041: Structural Raceway Pnl Fr-No Top Trim 65Hx42W Champagne Metallic, 1, EA; LI 042: Structural Raceway Pnl Fr-No Top Trim 65Hx48W Champagne Metallic, 3, EA; LI 043: Ter DNA Laminate Panel Door 87.5Hx42W Champagne Metallic Taupe Mesh, 1, EA; LI 044: Top Trim 20W Champagne Metallic, 4, EA; LI 045: High/Low Connector Kit 22H Champagne Metallic, 1, EA; LI 046: Top Trim 24W Champagne Metallic, 4, EA; LI 047: Top Trim 36W Champagne Metallic, 25, EA; LI 048: E End Trim Connector Kit 42H Champagne Metallic, 2, EA; LI 049: L 90-Degree Connector Kit 42H Champagne Metallic, 1, EA; LI 050: Top Trim 42W Champagne Metallic, 1, EA; LI 051: T 3-way Connector Kit 42H Champagne Metallic, 1, EA; LI 052: Top Trim 48W Champagne Metallic, 3, EA; LI 053: E End Trim Connector Kit 65H Champagne Metallic, 9, EA; LI 054: L 90-Degree Connector Kit 65H Champagne Metallic, 6, EA; LI 055: T 3-way Connector Kit 65H Champagne Metallic, 2, EA; LI 056: X 4-way Connector Kit 65H Champagne Metallic, 2, EA; LI 057: L 90-Degree Connector Kit 87.5H Champagne Metallic, 1, EA; LI 058: W Wall Mount Kit 87.5L Champagne Metallic, 2, EA; LI 059: Ter DNA Tackable Acoustic Tile 15H x 20W Fabric: Coast Color: Silt, 1, EA; LI 060: Ter DNA Tackable Acoustic Tile 15H x 20W Fabric: Messenger Color: Nile, 1, EA; LI 061: T Ter DNA Tackable Acoustic Tile 15H x 24W Fabric: Coast Color: Silt, 3, EA; LI 062: Ter DNA Tackable Acoustic Tile 15H x 24W Fabric: Messenger Color: Nile, 3, EA; LI 063: Ter DNA Tackable Acoustic Tile 15H x 36W Fabric: Coast Color: Silt, 10, EA; LI 064: Ter DNA Tackable Acoustic Tile 15H x 36W Fabric: Messenger Color: Nile, 10, EA; LI 065: Ter DNA Tackable Acoustic Tile 22.5H x 24W Fabric: Coast Color: Dune, 2, EA; LI 066: Ter DNA Tackable Acoustic Tile 22.5H x 42W Fabric: Coast Color: Dune, 2, EA; LI 067: Ter DNA Tackable Acoustic Tile 22.5H x 48W Fabric: Coast Color: Dune, 2, EA; LI 068: Ter DNA Hard Surface Tile 30H x 20W Laminate: Whitestone Color: Champagne Metallic, 1, EA; LI 069: Ter DNA Hard Surface Tile 30H x 24W Laminate: Whitestone Color: Champagne Metallic, 3, EA; LI 070: Ter DNA Hard Surface Tile 30H x 36W Laminate: Whitestone Color: Champagne Metallic, 10, EA; LI 071: Ter DNA Tackable Acoustic Tile 42H x 20W Fabric: Coast Color: Dune, 2, EA; LI 072: Ter DNA Tackable Acoustic Tile 42H x 36W Fabric: Coast Color: Dune, 6, EA; LI 073: Ter DNA Tackable Acoustic Tile 65H x 20W Fabric: Coast Color: Dune, 5, EA; LI 074: Ter DNA Tackable Acoustic Tile 65H x 24W Fabric: Coast Color: Dune, 5, EA; LI 075: Ter DNA Tackable Acoustic Tile 65H x 36W Fabric: Coast Color: Dune, 34, EA; LI 076: Ter DNA Tackable Acoustic Tile 65H x 42W Fabric: Coast Color: Dune, 2, EA; LI 077: Ter DNA Tackable Acoustic Tile 65H x 48W Fabric: Coast Color: Dune, 6, EA; LI 078: Ter DNA 20W Segment Kit, 2, EA; LI 079: Ter DNA 24W Segment Kit, 8, EA; LI 080: Ter DNA 36W Segment Kit, 40, EA; LI 081: Ter DNA 42W Segment Kit, 2, EA; LI 082: Ter DNA 48W Segment Kit, 6, EA; LI 083: Sup Column 29-1/2Hx3 Dia. Champagne Metallic, 1, EA; LI 084: Horizontal Wall Track, 2, EA; LI 085: 23-1/2Hx48W Tackboard for Wall Mount Fabric: Coast Color: Dune, 1, EA; LI 086: 23-1/2Hx60W Tackboard for Wall Mount Fabric: Coast Color: Dune, 1, EA; LI 087: 36W Open Bookshelf/Stride Height Champagne Metallic, 5, EA; LI 088: Installation of carpet for Technical Research Unit (TRU), 1, lot; LI 089: Vinyl Flooring Wood-like vinyl flooring 400 Linear Feet Luxury Vinyl Flooring - Wood-like vinyl floor (Color examples: WP317 Atra Wood, HC04 Sundown Oak, or KP98 Aged Oak), 400, linear feet; LI 090: Installation of Vinyl Flooring, 1, lot; LI 091: Carpet Tile and adhesive for the Technical Research Unit (TRU). Technical Research Unit (TRU): 23.5 feet x 18.6 feet Navy Blue, Multicolor, 482, square feet; LI 092: OPTION CLIN Carpet Tile for the Program Management Unit (PMU) Navy Blue, Multicolor shall include: installation, all materials required for installation, removal of existing flooring material PMU Area: 34.4 feet x 20.8 feet Delivery: December 31, 2014, 788, square feet; LI 093: Duplex Receptacle Circuit 1 3-3-2 System Bungalow, 8, 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, FLC - San Diego 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20140805. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. The NAICS code is 337214 and the Small Business Standard is 500. Bid MUST be good for 30 calendar days after close of Buy. Reporting Subcontract Awards. Evaluation - Commercial Items. See attached evaluation criteria for more information. Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. Post-Award Small Business Program Rerepresentation. F.o.b. Destination applies Child Labor--Cooperation with Authorities and Remedies Convict Labor Prohibition of Segregated Facilities Equal Opportunity Restrictions on Certain Foreign Purchases. Contract Terms and Conditions Commercial Items Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification Requirements Relating to Compensation of Former DoD Officials Electronic Submission of Payment Request and Receiving Reports Transportation of Supplies by Sea Representation Relating to Compensation of Former DoD Officials Alternative Line Item Structure Safeguarding of Unclassified Controlled Technical Information Disclosure of Information to Litigation Support Contractors Instructions to Offerors -- Commercial Items Levies on Contract Payments Offeror Representations and Certifications -- Commercial Items Affirmative Action for Workers with Disabilities Encouraging Contractor Policies to Ban Text Messaging While Driving Clauses Incorporated by Reference Prohibition of Hexavalent Chromium The contracting activity, Fleet Logistics Center San Diego (FLCSD) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate reviewing authority; or, a protester may appeal a decision rendered by a contracting officer to the reviewing authority. The reviewing authority for FLCSD is the Director, Regional Contracts Department, Fleet Logistics Center San Diego at 3985 Cummings Road, San Diego, CA 92136-4200. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "contracting officer" or "reviewing official". Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the Freedom of Information Act. Buy American - Balance of Payments Program Certificate Buy American and Balance of Payments Program Vendors shall indicate manufacturer and country of origin of products in quote. Wide Area Workflow Payment Instructions Subcontracts for Commercial Items Site Visit Only one site-visit will be provided on September 23, 2014 at 0830 at NAS North Island Bldg 1478, San Diego CA 92135. No questions shall be asked nor answered during the site visit. All questions in regards to the statement of work shall be asked through email to the Purchasing Agent no later than 4:00 PM PST Friday 23 September 2014. All questions received after this date will not be answered. Vendors interested in the site visit will have to coordinate access with the following individuals in the order listed: LSCS Francis Soriano ASD Senior Enlisted Advisor, Aviation Support Division, North Island Email: Francis.Soriano@navy.mil Office Phone: (619) 545-7608 Mr. Robert Cvengros ASD Director, Aviation Support Division, North Island Email: Robert.Cvengros@navy.mil Office Phone: (619) 545-7612 Mr. Fred Threats Deputy Supply Office, Aviation Support Department, North Island Email: Fred.Threats@navy.mil Office Phone: (619) 545-3244 no later than 2:00PM PST Monday -22 September 2014. All vendors who contact any of the POCs after this date and time will not be granted access and shall not be able to take part in the site visit. All vendors that show up the day of the site visit without contacting the POCs before this date and time will not be permitted access and shall not take part in the site visit. All vendors must contact Brandon Flores directly before the allotted date and time. The Purchasing Agent (kimberly.rieder@navy.mil) shall be copied on all email correspondences sent between the site visit POCs and the interested vendors. Protection of Government Buildings, Equipment, and Vegetation Prohibition on Interrogation of Detainees by Contractor Personnel
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-14-T-0194/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03536394-W 20141001/140930022908-57287a2102d4928cdf9ad0c87009972d (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.