Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

72 -- Furnishings and Floor Coverings

Notice Date
7/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314110 — Carpet and Rug Mills
 
Contracting Office
Federal Acquisition Service (FAS) - Integrated Workplace Acquisition Center (3QSA)
 
ZIP Code
00000
 
Solicitation Number
3QSA-LV-100002-B
 
Point of Contact
James Boyle
 
E-Mail Address
GSA FAS 3QSAC, 100 S INDEPENDENCE MALL WEST, PHILADELPHIA, PA 19106
(James.Boyle@gsa.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
The Integrated Workplace Acquisition Center (IWAC), Schedule 72 will only accept proposals or contract modification requests submitted electronically through the eOffer/eMod system. The eOffer/eMod is a web based application that allows contractors to electronically prepare and submit proposals and modification requests. Offerors must possess a valid digital certificate in order to use the eOffer/eMod system. For information on how to obtain a digital certificates per DUNS number, please see the following link: http://eoffer.gsa.gov/eoffer_docs/compliCert.html As part of GSA's continuing effort to improve the Multiple Award Schedules (MAS) program, the following requirements have been incorporated, effective the date of this refresh. Manufacturer's Part Number Offeror must ensure the Original Equipment Manufacturer (OEM), Manufacturer Part Number or Wholesaler Number for each product proposed reflects the actual part number assigned. If the OEM, Manufacturer, or Wholesaler Part Number is submitted incorrectly or not submitted, the product offering will not be awarded. *Frustrated Freight Offer must maintain an order tracking system that permits ordering agencies to obtain the location of an order from the time the order is shipped to the time/point of delivery and acceptance at end point of point of delivery. Offeror must also demonstrate understanding of an order bound for an international end point delivery and provide a sample electronic version of an appropriately marked label in accordance with the FED-STD-123 and MIL-STD-129 edition in effect at the date of issuance of the solicitation. Offer will not be accepted for OCONUS delivery if offer does not demonstrate a proper tracking system and a sample packaging label for international delivery. *Applicable only to offers ultimately bound for overseas destinations: Full Products and Broad Services Offerings Offeror must provide a full and broad offering on services and/or products. Offers will not be accepted with only limited item/offering (product, labor category, training course, or fixed-price service) unless it represents a total solution for the Special Item Numbers (SINs). Fair and Reasonable Pricing To determine fair and reasonable pricing, the GSA Contracting Officer may consider many factors, including pricing on competitor contracts, historical pricing, and currently available pricing in other venues. Offers which provide Most Favored Customer pricing, but which are not highly competitive will not be found fair and reasonable and will not be accepted. NOTICE: The GSA Multiple Award Schedule (MAS) program has recently experienced a tremendous increase in new offers. Due to the large number of new offers currently in process, it could take up to 9 months before your offer is reviewed. GSA's practice is to evaluate offers in the order in which they are received. However, GSA may give priority to processing certain offers when circumstances dictate, such as when a federal agency Contracting Officer specifically requests an expedited offer review in order to meet a pending requirement that will be procured under the MAS program, or when there is a need for GSA to bring strategically critical new products or services to market in order to meet federal customer needs. In order for your offer to be considered under any of these unique circumstances, you should submit detailed customer correspondence and any other supporting documentation that fully explains all factors involved. Offerors are reminded that all proposed products and/or services must clearly fit within the scope of the SIN(s) proposed. All offers found to be outside the scope of the proposed schedule and/or SIN will be rejected. Description: This is a standing solicitation for Multiple Award Schedule (MAS) 72 FURNISHING AND FLOOR COVERINGS. This solicitation will be available electronically-only and includes all current applicable clauses. Interested parties may access the solicitation at: http://www.fedbizopps.gov. Prospective contractors are required to complete and maintain electronic annual representations and certifications in the System for Award Management (SAM)(www.sam.gov). Contractors are not eligible for an award, if such information is not current. Resulting Contracts will be effective for a 5-year period beginning Date of Award and include an option to extend for three additional 5-year periods. Certified 8(a) firms can participate in the MAS Program. Submission of products with environmental attributes is encouraged. Proposal Assistance: Read Me First: An overview of the MAS Program, this document attempts to help the vendor decide if a schedule contract is right for them and provides general information about contracting with the U.S. Government. Do not submit with your proposal. Solicitation: This document includes all contract clauses and should be downloaded for future reference. It also includes Supplemental Instructions for preparing a proposal. (Note that various choices exist due to the variety of products addressed by this schedule, notably FOB terms. Please disregard clauses which do not reflect your commercial practices.) Do not submit with your proposal. SF 1449: This Standard Form will serve as the first page of any contract which may be awarded. Due to the nature of schedules, not all blocks apply, so please complete blocks 12, 17 and 30 only. See the Solicitation document, Supplemental Instructions, for further information about this form. REQUIRED. Regulations Incorporated by Reference: Here, you will find the full text of those clauses which are incorporated by reference in the Solicitation document. (Of particular interest to many MAS 58I contractors is clause 52.225-5, Trade Agreements. Be sure to consult this clause before offering a product which is not manufactured in the United States.) Do not submit with your proposal. Past Performance Evaluation (PPE): Because a PPE, or Open Ratings Report, must be submitted with the proposal, here you will find instructions on how to order such a report. Do not submit instructions with your proposal. Small Business Subcontracting Plan: This document addresses the work the vendor intends to subcontract to small businesses. REQUIRED when applicable. Proposal Price List Preparation: There are no specific requirements for pricelists under this schedule. This form reminds you that clauses I-FSS-594 and I-FSS-600 will apply after a contract has been awarded. Commercial Sales Practice Format (CSP-1): When determining if the terms the vendor has offered the Government are fair & reasonable, this summary of the vendors commercial practices will be evaluated. REQUIRED. Letter of Supply: Here, you will find a template of the form required for non-manufacturers. REQUIRED when applicable. Proposed Discounts: Though this information may be addressed throughout a proposal, this spreadsheet serves as a summary and focal point. REQUIRED when applicable. Offer Cover Page: Please complete this cover page and include it with your offer to help us expedite the evaluation. REQUIRED. Once again, I thank you for your questions regarding the MAS program. You may find more information about this program at various online sites, including GSA Advantage! (www.gsaadvantage.gov), Schedules e-Library (www.gsaelibrary.gsa.gov) and the Vendor Support Center (VSC) http://vsc.gsa.gov. While these are the source for answers to many questions, you should also feel free to contact me as noted below. Primary Points of Contact: James Boyle, Phone (215) 446-5057, Email james.boyle@gsa.gov OR Ena Morimoto, Phone (215)446-4873, Email ena.morimoto@gsa.gov Special Item Numbers (SIN) 31-301 Broadloom Carpet; 31-302 Broadloom Carpet (small business set-aside); 31-303 Carpet Tiles; 31-304 Special Use Broadloom Carpet and Carpet Tiles; 31-305 Carpet Cushion; 31-401 Resilient (hard surface) Tile; 31-402 Resilient (hard surface) Sheet Flooring; 31-501 Mats and Matting (with and without logos) (small business set-aside); 31-502 Mats and Matting (with and without logos); 31-601 Recycled and/or Biobased Content (as defined in Executive Order 13101) Flooring; 31-602 Floor Recycling Programs; 31-604 Ancillary Supplies and Services - Ancillary supplies and/or services are support supplies and/or services which are not within the scope of any other SIN on this schedule. These supplies and/or services are necessary to compliment a contractor's offerings to provide a solution to a customer requirement. This SIN may be used for orders and blanket purchase agreements that involve work or a project that is solely associated with the supplies and/or services purchased under this schedule. This SIN EXCLUDES purchases that are exclusively for supplies and/or services already available under another schedule. 31-999 Introduction of New Products (INP); 31-998 Worldwide Products (International); 722-01 Lamps/Shades (small business set-aside); 722-02 Window Treatments (small business set-aside); 722-03 Coordinating Bedspreads and Comforters (small business set-aside); 722-04 Cubicle Curtains and Hardware (small business set-aside); 722-05 Wall Art including Paintings, Photographs, and Posters (small business set-aside); 722-06 Artificial Trees, Plants, Dried Foliage, and Planters for Indoor Use (small business set-aside); 722-08 Ancillary Supplies and Services - Ancillary supplies and/or services are support supplies and/or services which are not within the scope of any other SIN on this schedule. These supplies and/or services are necessary to compliment a contractor's offerings to provide a solution to a customer requirement. This SIN may be used for orders and blanket purchase agreements that involve work or a project that is solely associated with the supplies and/or services purchased under this schedule. This SIN EXCLUDES purchases that are exclusively for supplies and/or services already available under another schedule(small business set-aside); 722-98 Overseas (international) Fabric (small business set-aside); 722-99 Introduction of New Products (small business set-aside).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee795fda98ff7ef7faf6bab20aa6c5d9)
 
Record
SN04195044-W 20160727/160726000145-ee795fda98ff7ef7faf6bab20aa6c5d9 (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.