SOLICITATION NOTICE
71 -- Furniture Service and Maintenance Support - SP4705-10-R-0016
- Notice Date
- 7/28/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541410
— Interior Design Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-10-R-0016
- Point of Contact
- James A. Spell Jr, , Beverly J Williams, Phone: 703-767-1192
- E-Mail Address
-
james.spell@dla.mil, Beverly.J.Williams@dla.mil
(james.spell@dla.mil, Beverly.J.Williams@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Furniture Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. 2. Solicitation number SP4705-10-R-0016 is issued as a request for quotation (RFQ). 3. To be eligible to receive an award resulting from this RFQ, Offerors must be registered in the DOD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov. 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 44-Circular 2005. The NAICS Code is 541410 and the size standard in dollar amount is $7,000,000.00. This RFQ is issued under simplified acquisition procedures. 6. This solicitation contains four line items: CLIN 0001: Service Maintenance Support. CLIN 0002: Web- Based Inventory, CLIN 0003: Storage, CLIN 0004: Materials in accordance with the attached Statement of Work. 7. FOB Destination for delivery to Defense Logistics Agency, 8725 John J. Kingman Road, Fort Belvoir, VA,22060. This effort contains a twelve (12) month base year period and four (4) one (1) year option periods. The period of performance for the base year is 1 October 2010 through 30 September 2010. A site visit will be held at 10:00 AM EST on 10 August 2010. Notification of attendance must be sent to BOTH James Spell at james.spell@dla.mil and Beverly J. Williams at beverly.j.williams@dla.mil by 10:00 AM EST on 9 August 2010 in order to be eligible to attend. Site visit common meeting location: Defense Logistics Agency, 8725 John J. Kingman Road, Fort Belvoir, VA, 22060. Offerors must send the names of those attending the site visit, company’s name, contact information, and email address. 9. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. All quotes must be for all items, as stated, partial quotes will not be considered. Award will be made to a single vendor. 10. Please ensure compliance with this regulation when submitting your proposal: 52.247-34 F.O.B Destination. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) competed as follows: Award will be made to the Offeror that meets the best value to the government. To be determined best value the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the attached Statement of Work. All responsible Offerors are to submit current pricing, delivery time, payment terms, Cage Code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Quotes must be valid through 30 September 2010. 11. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial with its offer, and/or have completed the annual representations and certificates electronically at https://orca.bpn.gov/. FAR 52.212-3 can be downloaded from the internet at http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 12. All FAR clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following provisions are applicable to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-4,Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.219-28, Post- Award Small Business Program Representation; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.252-1, Solicitation Provisions Incorporated by Reference. The following clauses are applicable to this acquisition: FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-9 -- Estimate of Percentage of Recovered Material Content for EPA Designated Items; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The clause at 252.212-7000, Offeror Representations and Certifications--Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.204-7004, Required Central Contractor Registration and 252.247-7023, Transportation of Supplies by Sea. 13. If interested, e-mail your quote to the POC stated herein. 14. All responsible sources should submit offers to James Spell via e-mail no later than 9:00 AM EST 16 August 2010. The Government prefers that all offers are e-mailed to the point-of-contact with solicitation number (SP4705-10-R-0016) and contractors name listed in the subject block. Facsimile quotes will not be accepted. 15. The Government Primary point-of-contact is James Spell and the secondary P.O.C is Beverly J. Williams. 16. Any questions concerning this requirement should be sent via email to James Spell and/or Beverly J. Williams no later than August 11, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-10-R-0016/listing.html)
- Place of Performance
- Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN02221118-W 20100730/100728235818-0df084515f9d8ef668f8ead93a5589e3 (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 |