Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2011 FBO #3546
SOLICITATION NOTICE

72 -- Lifecycle Mattress Replacement

Notice Date
8/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
 
ZIP Code
30316-0882
 
Solicitation Number
W912JM-11-R-0220
 
Response Due
8/25/2011
 
Archive Date
10/24/2011
 
Point of Contact
Linda Hennequant, 6785696527
 
E-Mail Address
USPFO for Georgia
(linda.hennequant2@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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; proposals are being requested and a written solicitation will not be issued. Proposals are being requested and this solicitation is being issued as a Request for Proposal (RFP). This procurement is a total small business set aside. The NAICS code is 337127 and the size standard is 500 employees. The following commercial items are being requested in this solicitation: as detailed Performance Work Statements included in the Solicitation. It is the responsibility of the interested parties to review this site and the National Guard Contracting website frequently for any updates / amendments to any and all documents. No individual notification of any amendments will be provided. All questions shall be addressed to the Contracting Officer in writing. All vendors must register and obtain copies of this solicitation at www.nationalguardcontracting.org. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items. FAR 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items. Offerors are required to include a completed copy of this provision with their proposal. The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) SUBMISSION REQUIREMENTS. The offeror's proposal must be submitted in four parts: 1.Price Proposal Proposals shall contain all the cost information and will be used to evaluate the completeness, realism, and reasonableness of the cost numbers. The cost proposal must include all costs required to perform the work under this requirement for contract. 2.Company Information Submission will include the CAGE CODE, DUNS NUMBER, BUSINESS SIZE, and TAX ID NUMBER and any additional information that is relevant. This page will be no more than 2 pages. Each of the parts shall be separate and complete so that evaluation of each may be accomplished independently. To ensure unbiased source selection, please do not make reference or indicate company identification in the Technical and Past Performance submission. Plan of Action and Statement of Understanding. The offeror must submit a plan of action and statement of understanding in two (2) parts: a) Plan of Action--The offeror shall present a plan of action that describes the performance of the project. This should demonstrate the ability to perform the tasks that are required in the PWS. b) Statement of Understanding--The offeror shall submit a brief statement that demonstrates that they understand the performance statement and objectives the Government has established for this requirement. This cannot be a repeat or mere summary of the materials provided in this RFP, but rather the offeror's statement of his understanding of that work. Part 2 is expected to be no more than one (1) pages in length. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contract Registration database at www.ccr.gov and shall be considered for award. All proposals must be submitted in hard copy by mail or digitally by email to: Linda Hennequant, Contract Officer 935 East Confederate Ave SE Bldg 3, STE 143 PO BOX 17882 Atlanta, GA 30316 -0882 linda.hennequant2@us.army.mil All questions/inquiries must be addressed to the Contracting Officer in writing. Telephone inquiries will not be accepted nor will responses be received after 22 August 2011, 0900 EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM-11-R-0220/listing.html)
 
Place of Performance
Address: NGTC E. 13th St Ft Stewart GA
Zip Code: 31314
 
Record
SN02525299-W 20110810/110808235051-afc39ccfbad53f05468c29639b9966af (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.