Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

71 -- FURNITURE REMOVAL, PURCHASE, & INSTALLATION

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
USPFO for Guam - Barrigada, 430 ARMY DR RT 16, BLDG 100, BARRIGADA, 96913
 
ZIP Code
96913
 
Solicitation Number
W911YU-15-T-0007
 
Response Due
9/15/2015
 
Archive Date
11/9/2015
 
Point of Contact
Tommy Taitano, (671) 735-4625
 
E-Mail Address
USPFO for Guam - Barrigada
(tommy.j.taitano@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and in conjunction with FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Notice to Offeror(s): 1.Solicitation number W911YU-15-T-0007 is issued as a Request for Quotation (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. 2.The applicable NAICS code is 423210, quote mark Furniture Merchant Wholesaler quote mark, with a size standard of 100 employees. This solicitation is issued as a Total Small Business Set Aside. 3.See the attached statement of work (SOW) for specific requirements. Contract line items (CLINs) are expected to correspond with the three (3) General Requirements listed on the SOW. Contractor is required to submit pricing via the attachment provided, titled quote mark Exhibit Line Items. Quotes/offers must be valid for a minimum of 90 days after the closing date of this announcement. 4.The government anticipates entering into a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror(s) whose offer is conforming to the solicitation. The contractor shall provide all personnel, supplies, equipment, tools, materials, supervision, transportation, and other items and services necessary to perform and fulfill all requirements in accordance with the SOW. 5.The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, in addition to the Addendum to FAR 52.212-1, Instructions to Offerors- Commercial Items applies to this acquisition. Therefore, submission of offers shall address all requirements contained therein with particular attention to paragraph (b) (4) of the clause - contractors shall provide clear evidence of the understanding and ability to comply with the SOW and provide sufficient information demonstrating the company's technical capabilities. All information shall be submitted with an offeror's proposal. 6.Quotes/offers will be evaluated in accordance with FAR 13.106 - Lowest Price Technically Acceptable (LPTA). 7.Offerors are required to provide, upon request, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. 8.The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and also the Addendum to FAR 52.212-4. 9.The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause includes by reference the following (these clauses and others may be viewed online in full text at http://farsite.hill.af.mil/) a.52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) b.52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). c.52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). d.52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). e.52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). f.52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). g.52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). h.52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) i.52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). j.52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). k.52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). l.52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). m.52.222-3, Convict Labor (June 2003) (E.O. 11755). n.52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). o.52.222-21, Prohibition of Segregated Facilities (Apr 2015). p.52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). q.52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). r.52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). s.52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). t.52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). u.52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). v.52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). w.52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). x.52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). y.52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). z.52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). aa.52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). bb.52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) cc.52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). dd.52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ee.52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ff.52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). 10.Complete quotes/offers are DUE no later than 15 September 2015, at 4 PM Local (Guam time). At a minimum, complete quotes/offers must contain the following. a.Must reference this combined synopsis/solicitation number. b.Contractor's quote/offer i.QUOTATION: Pricing (as required by paragraph 3 of this combined synopsis/solicitation) ii.BASIS OF DESIGN: Statement of technical capability in accordance with paragraph 5 of this combined synopsis/solicitation. iii.PROJECT SCHEDULE: Detailed timeline to meet phase installation requirements and period of performance iv.Quote/offer must adhere to the following formatting requirements 1.No more than 10 pages (1-sided print) a.Page limitation includes basis of design, project schedule, and past performance information. b.Page limitation does not include pricing template or cut sheets, design, layout, etc. as required by para 1.12.1.2 of the SOW 2.Paper size: 8.5 quote mark x 11 quote mark 3.12 pt font, Arial or Times New Roman a.Text in tables and/or pictures may be no smaller than 10pt font, Arial or Times New Roman 4.1-inch margins throughout (left, right, top, bottom) Deliver hard copies to: Guam Army National Guard Purchasing & Contracting Office ATTN: CPT Arnold Arizala 430 Army Drive, Bldg 100 Barrigada, GU 96913-4421 Electronic copies will be accepted by tommy.j.taitano.mil@mail.mil. Please note that date stamps on emails will be used to determine timeliness. 11.Questions regarding this RFQ are to be submitted via email to SFC Tommy Taitano at tommy.j.taitano.mil@mail.mil. All questions must be submitted no later than 12 noon Local (Guam time), 10 September 2015. Questions or discussions with other contractors and other than contracting Government personnel may render a quote/offer invalid. 12.Quotes/offers that do not adhere to all the requirements of paragraph 10 shall be considered non-responsive. 13.List of Attachments: Attachment 1 - Statement of Work (SOW) Attachment 2 - Exhibit Line Items Attachment 3 - Mock Furniture Layout (CPTF) Attachment 4 - Mock Furniture Layout (RFHS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1d5daec7b209393d9348ca22dc246c6c)
 
Place of Performance
Address: USPFO for Guam - Barrigada 430 ARMY DR RT 16, BLDG 100 BARRIGADA GU
Zip Code: 96913
 
Record
SN03881401-W 20150912/150911001224-1d5daec7b209393d9348ca22dc246c6c (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.