SOLICITATION NOTICE
71 -- Dining Facility Furniture
- Notice Date
- 6/20/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, T-45 West Street, Fort Drum, NY 13602
- ZIP Code
- 13602
- Solicitation Number
- W16XU781360500
- Response Due
- 6/23/2008
- Archive Date
- 12/20/2008
- Point of Contact
- Name: Thomas Youngs, Title: Contract Specialist, Phone: 3157726523, Fax: 3157726406
- E-Mail Address
-
thomas.youngs@us.army.mil;
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W16XU781360500 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500 employees. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-06-23 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be., NY 13602 The USA ACA Ft. Drum requires the following items, Exact Match Only, to the following: LI 001, TABLE, DINING 36"x 36" SQUARE, solid oak bullnose edge to be stained w/ an AQUA BLUE finish. Tabletop to be standard laminate.Color to be a TEXTURED BEIGE. Pre drilled top. Single pedestal with 4" diameter column. Pedestals to be finished in AQUA BLUE powdercoat. See photos in Exhibit A., 12, EA; LI 002, TABLE, DINING, BAR HEIGHT, 42" Round, solid oak bullnose edge to be stained to match AQUA BLUE vinyl on chairs. Tabletop to be standard laminate. Color to be a TEXTURED BEIGE. Single pedestals. Pedestal style to be finished in AQUA BLUE Powdercoat finish. See photos in Exhibit A., 10, EA; LI 003, TABLE, DINING, 42" ROUND, SINGLE PEDESTAL W/ 4" DIAMETER COLUMN Solid oak bullnose edge to be stained to match AQUA BLUE vinyl on chairs. Tabletop to be standard laminate. Laminate color to be a TEXTURED BEIGE. Single pedestal. Pedestal style to be finished in AQUA BLUE Powdercoat finish. See photos in Exhibit A., 35, EA; LI 004, TABLE, DINING 24" x 14 FT w/ 4 EQUALLY SPACED PEDESTALS. solid oak bullnose edge to be stained to match AQUA BLUE vinyl on chairs. Standard laminate tabletop. Laminate color to be a TEXTURED BEIGE. Pedestal style to be finished in AQUA BLUE Powdercoat finish. See photos in Exhibit A., 4, EA; LI 005, TABLE, DINING 24" x 14 FT w/ 4 EQUALLY SPACED PEDESTALS. solid oak bullnose edge to be stained to match AQUA BLUE vinyl on chairs. Standard laminate tabletop. Laminate color to be a TEXTURED BEIGE. Pedestal style to be finished in AQUA BLUE Powdercoat finish. See photos Exhibit A., 223, EA; LI 006, BARSTOOL, HEAVY DUTY METAL FRAME w/ Grade 7 vinyl Upholstery on seat. Vinyl color to be AQUA BLUE. Back and frame finish to be AQUA BLUE powdercoat. See photo Exhibit A for style required., 186, EA; LI 007, FAUX WOOD BLINDS, 48"W x 72"L with 2" slats and hardware, Color: Golden Oak, 28, EA; LI 008, PLANTER, FLOOR, 72"L x 45"H x 18"W, with hidden casters. Wood laminate finish. Color to be_Golden Oak., 6, EA; LI 009, PLANTER BOARD, DROP-IN, ASSORTED, 72"L x 18W, for floor planters., 6, EA; LI 010, TREE, ARTIFICIAL, PIN OAK, 10 FT WITH PLANTER See photo Exhibit A for style required., 4, EA; LI 011, IVY, SPIRAL, 68" ARTIFICIAL WITH PLANTER, See photo Exhibit A for style required., 4, EA; LI 012, OFFICE DESK, COMPUTER RETURN, 67"X 75"X 30.5 See photo Exhibit A for style required., 1, EA; LI 013, OFFICE CHAIR, SWIVIL TASK, PNEUMATIC, Adjustable armrest, Upholstered. See photo Exhibit A for style required., 2, EA; LI 014, OFFICE DESK, DOUBLE PEDESTAL W/ FILE DRAWERS AND CENTER DRAWER 60" x 30 x 29 1/2 See photo Exhibit A for style required., 1, EA; LI 015, FILE CABINET, 2 DRAWER, WOODEN, See Tech Exhibit 2-11. See photo Exhibit A for style required., 1, EA; LI 016, BOOKCASE, STANDARD, 2 upper shelves, 2 lower doors, wood veneer finish, 30"W x 14.5"D x 70"H See photo Exhibit A for style required., 1, EA; LI 017, DELIVERY AND INSTALLATION: Deliver all items identified by Attachment A and set-up in accordance with Attachment B. Delivery shall be made NLT 56-days after ARO and set-up shall take no longer than three consecutive days after delivery. Set-up shall be performed between the hours of 7 AM to 4 PM, M-F. The dining facility will be closed during the set-up dates. Exhibit A shall be submitted with quote and contain photos of furniture., 1, LOT; For this solicitation, USA ACA Ft. Drum 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum 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 bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to thomas.youngs@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside;52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33. Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.232-7010, Levies on Contract Payments;252.247-7023, Transportation of Supplies by Sea. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; Instructions to Offerors; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Delivery shall be made within 56 days or less after receipt of order (ARO) or as otherwise specified. Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, and the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; all are current to the most recent revision dates posted on this site. Exhibit A is for informational purpose only. All pricing shall be submitted on FedBid.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c8cdb0a99373dabf6dcf26f9bf56c0df&tab=core&_cview=1)
- Place of Performance
- Address: ., NY 13602
- Zip Code: 13602
- Zip Code: 13602
- Record
- SN01598242-W 20080622/080620223000-c8cdb0a99373dabf6dcf26f9bf56c0df (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 |