Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

72 -- Furniture for Temporary Housing Qtrs at Rosebud, IHS - Package #1

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337121 — Upholstered Household Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-16-096
 
Archive Date
10/5/2016
 
Point of Contact
Susan K. Davis, Phone: 6052267572
 
E-Mail Address
susan.davis2@ihs.gov
(susan.davis2@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachments Combined Clauses SF18 Scope of Work and Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is Request for Quote-16-096. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-86. This is an Open Market synopsis/solicitation. NAICS code is 337121 - Other Furniture, household-type, upholstered on frames of any material, manufacturing. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Basis for Award: Quoter's are advised that price and ability to meet brand name or equal specifications shall determine the successful contractor. BRAND NAME or EQUAL SPECIFICATION (please refer to attached specifications) Contract Line Items: Supplier shall supply and deliver to the delivery site location(s) complete furnishings for temporary duty quarters as assigned by facility housing manager. Products are to be brand name or design equal to the following specifications/items with options and accessories as listed below. Vendors shall also be responsible for the disposal of old furnishings. Any changes in design and specifications listed below are to be approved by Contact Person: Ms. Sara Syhre, Administrative Assistant who may be reached at (605)-226-7365. Please refer to SF-18 for completion of line items 1 through 16 TV Console Quantity: 30 Make: Curve Collection Rum 76" Console as supplied by Slumberland Furniture or Approved Equal Material: Solid Maple and Veneers Amenities: Cord Management Holes Dimensions: 76x18x25 Delivered fully assembled End Table Quantity: 37 Material: Solid Oak Shape: Square Dimensions: 28" L x 28"W x 21"H Delivered Fully Assembled Table Lamps Quantity: 37 Specifications: Max 100W incandescent/25W CFL Dimension: 30" Amenities: On/Off Switch Coffee Table Quantity: 9 Material: Solid Oak Shape: Rectangular Dimension: 46"L x 30"W x 19"H Delivered Fully Assembled Dining Room Table and Chairs Quantity: 9 Basis of Design: Jefferson Collection - Laminate 5 PC Castor Drop Leaf Set Material: Solid Oak Table Top: Laminate Shape: Round Chairs: 4 legs - Solid Oak Delivered Fully Assembled Computer Desk/Executive Desk Quantity: 10 Basis of Design: Rectangle Material: Solid Oak Shape: Rectangular Dimension: 60"W x 28"D x 30"H Delivered Fully Assembled Computer Chair - Arm Chair W/Swivel Quantity: 10 Material: Solid Oak Dimension: 27"W x 27"D x 39"H Bed - Full Size Quantity: 27 Basis of Design: Elite Supreme 775 Serta Perfect Sleeper Specifications: Inner Spring • 13 ¼ Gauge • Continuous Wire Unit • 9 Gauge Border Wire • Posturized Center Third • Total Edge Foam Encasement • Head to toe Helicals Quilted Panel • Pillo-Fill • 7/8" Zoned Convoluted Foam • 1" Serta PillowSoft Foam Top & Bottom Upholstery • Serta Comfort XD Foam • Serta Insulator Pad Bed Frame Quantity: 27 Make: INST-A-MATIC Warranty: Lifetime Material: Steel/Metal Rollers: 2.25" Specification: • 7 ½" High • Heavy Duty 1 ¾" x 1 3/8" angle steel side rails • Wedge-Lok design provides strength and durability Headboard- Wall Mounted Quantity: 27 Basis of Design: Rectangle-full slat Material: Solid Oak Shape: Rectangular Dimension: 54"W x 2.25"D x 44"H Delivered Fully Assembled Dresser Quantity: 17 Basis of Design: Credenza - 4 Drawer Material: Solid Oak Shape: Rectangular Delivered Fully Assembled Sofa Quantity: 10 Make: Harper Collection Dune as supplied by Slumberland Furniture or Approved Equal Material: 100% Polyester upholstered plus microfiber Dimensions: 90"W x 38" D x 38"H Deliver Fully Assembled Loveseat Quantity: 10 Make: Harper Collection Dune as supplied by Slumberland Furniture or Approved Equal Material: 100% Polyester upholstered plush microfiber Dimensions: 66"W x 38"D x 38"H Delivered fully assembled Recliner Quantity: 10 Make: Rocker Recliner as supplied by Slumberland Furniture or Approved Equal Amenities: 1 ¼ Premium Wood in all stress areas, "Green" foam, Zipper Access 2 cushion pad, 8 gauge steel mechanism. Dimensions: 37.5"W x 37"D x 42"H Bar Stool Quantity: 6 Make: 24" Counter Swivel Stool or Approved Equal Material: Rubber Wood or Metal Dimensions: 18 x 18 x 38 Delivery fully assembled The Great Plains Area Office is soliciting quotes for a Firm Fixed-Price Supply Order to provide Furniture for the Temporary Staff Quarters at the Rosebud IHS Hospital in Rosebud, South Dakota; Furniture to be acquired according the attached Specifications and Statement of Work; ***Period of performance will be 45 days from Date of Award*** INSTRUCTION TO OFFERORS: Quotes must contain the following documents in order to be considered responsive and eligible for an award: Complete the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2015). This must be submitted by the Bidder. See attachment for full text. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the lowest responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ***Price ***Ability to meet specifications listed in the Statement of Work Award will be made on "All-or-None" "Lowest Price Technically Acceptable" basis to the lowest responsive offeror FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2015). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) (Incorporated by Reference; and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2016). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Quotes are due on September 19, 2016 @ 2:00pm CDT/CST. Submit bids to: Great Plains Area Indian Health Service Attn: Susan Davis, Purchasing Agent Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4381 Telephone: 605/226-7572 Facsimile: 605/226-7669 E-mail: susan.davis2@ihs.gov Note to the Proposed Contractor: OIG Exclusion List No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to IHS is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour, or Cost-Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed-Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. The Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to a reduction(s) in the contract price of no more than the cost of the investigation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-16-096/listing.html)
 
Place of Performance
Address: Rosebud IHS Hospital Quarters, 400 Soldier Creek Road, Rosebud, South Dakota 57570, Rosebud, South Dakota, 57570, United States
Zip Code: 57570
 
Record
SN04273264-W 20160917/160915235542-9f7111e8d7fda03ba5ae82e33460ebcb (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.