Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
SOLICITATION NOTICE

71 -- Miscellaneous Office Furniture

Notice Date
7/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W67VJX-7164-0092
 
Response Due
7/16/2007
 
Archive Date
9/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Miscellaneous Office Furniture SOLICITATION NUMBER: W67VJX-7164-0092 QUOTE DUE DATE: 16 July 2007 POC: Linda Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This 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, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 423210, size standard is 100 Employees. REQUIREMENT: (1) Two (2) Mobile Supply Cabinet. Wood core construction, high pressure laminate surfaces, 3mm edgebanding, four (4) 4 inch carpet casters (two of which have brakes), pullout shelf, 4 inch high open storage shelf, 5 inch high storage drawer and 14 inch high bottom storage with one adjustable shelf, two grommets for wire management, 6 outlet power strip (15amp), overall dimensions: 24 in. W x 22 ? in. D x 36 ? in. H., Finish: Cherry; (2) Fourteen (14) Chairs without Arms w/Plastic Seat and Ba ck. Long lasting and durable steel construction, injected molded polypropylene seat and back construction, nylon floor protection glides, stacks up to 45 high on mobile dolly, overall height: 32 ? in., seat height: 18 in., seat size:17 ? in. W x 18 in. D, back size: 16 ? in. W x 17 in. H, Color: Burgundy; (3) One (1) 4-Drawer Lateral File. Horizontal grade high pressure laminate on wood composite core, heavy duty ball bearing slides, integrated file hanging system for both legal and letter size files, centr al lock, overall dimensions: 33 ? in. W x 24 in. D x 55 ? in. H, Finish: Mahogany; (4) Two (2) 4-Shelf Bookcase. Overall Dimensions: 33 in. W x 16 in. D x 53 in. H. Finish: Cherry; (5) One (1) 36 in. Round Table w/Fixed Elliptical X-Base. High pressure lam inate surface, edges are all 3mm PVC edgebanded, overall dimensions: 36in. W x 29 in. H, Finish: Cherry; (6) Eight (8) Chairs w/Arms. Infinite seat angle adjustment with six degree forward tilt, back height adjustment, height adjustment arms with polyureth ane arm pads, waterfall seat design, overall height: 39 ? in. x 44 ? in., seat height: 16 ? in. x 21 in., seat size: 18 ? in. x 18 in., back size: 17 in. x 15 ? -20 in., Fabric and Base Color: Black; (7) Four (4) Workstations, consisting of: Shell Credenza 72 ? in. W x 24 in. D x 29 ? in. H, Upper Closed Shelf 72 ? in. W x 15 ? in. D x 39 ? in. H, L Unit Extension 66 in. W x 24 in. D x 29 ? in. H, Conference End 60 in. W x 30 in. D x 29 ? in. H, Keyboard 22 in. W x 11 in. D x 3 in. H, Finish: Mahogany; (8 ) Two (2) Workstation Ensembles w/Right Ext and Conference End. Right hand return, 3mm thick PVC edge trim on top surfaces, heavy duty ball bearing slides, wire management grommets, adjustable leveling glides, overall dimensions for L-Unit Extension: 48 in . W x 24 in. D x 29 ? in. H, overall dimensions for Free-Standing Conference End: 72 in. W x 30 in. D x 29 ? in. H, overall dimensions for Keyboard: 22 in. W x 11 in. D x 3 in. H; (9) Installation for items 7 and 8, location: 17800 South Camp Williams Road , Riverton, UT 84065. E-mail questions to Linda.duvall@us.army.mil; please no telephone calls. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated either by reference or full text and the clauses are to remain in full force in any resultant contract: (1) FAR 52.212-4, Contract Terms and Conditions--Commercial It ems; (2) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items, the following clauses are applicable and incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222- 26, Equal Opportunity; FAR 52.225-3, Buy American Act; FA R 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36 Payment by Third Party; (4) DFAR 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; (5) DFAR 252.212-7001, Contract Terms and Conditions Req uired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (6) FAR 52.212-1, Instructions to Offeror--Commercial Items; (h) Multiple Awards - delete in its entirety, the government plans to award a single contra ct resulting from this solicitation; (7) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; (8) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in ord er of importance: (1) offerors capability to provide a quality product that meets the Government needs; (2) past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost and/or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 1:00 p.m. MST on 16 July 2007. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accepted. A ll quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include speci fications/descriptive literature of items being offered (if other than brands specified), cost/price to include any shipping and handling to 84020 and at least three references (companies who youve provided similar items too) or quote may be considered n on-responsive. E-mail questions to Linda.duvall@us.army.mil; please no telephone calls.
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
Country: US
 
Record
SN01334066-W 20070705/070703221325 (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.