Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2012 FBO #3935
SOLICITATION NOTICE

75 -- Bicon Shelving System

Notice Date
8/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Tennessee, PO Box 40748, Nashville, Tennessee, 37204-0748
 
ZIP Code
37204-0748
 
Solicitation Number
W912L7-12-T-0031
 
Point of Contact
Rhonda M. Lien, Phone: 6153130530
 
E-Mail Address
rhonda.m.lien.ctr@us.army.mil
(rhonda.m.lien.ctr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being solicited and a written solicitation will not be issued. Solicitation number W912L7-12-T-031 is hereby issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This requirement is being advertised as Unrestricted and Industry Classification System (NAICS) Code is 423440. All responsible sources may submit an offer, which will be considered by this Agency. The following clauses are applicable to this acquisition: FAR 52.204-2 -- Security Requirements, FAR 52.211-6, Brand Name or Equal, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52-212-2 Evaluation Commercial Items, FAR 52-212-3, Online Reps and Certifications, 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 (JUN 2006) (Deviation), DFARS 252.212-7001(DEV) Contract Terms, Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUL 2006) (Deviation), DFARS 252.211-7003 Item Identification and Valuation, and, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports New clauses: 52.232-99 PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION 2012-O0014) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, date July 11,2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of Clause) FAR 52.204-99 System for Award Management Registration (DEVIATION 2012-O0015) (August 2012) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) Quotes are due in this office no later than September 06, 2012, Tuesday @ 10:00 AM (CST) local central daylight time. The quote should be emailed to rhonda.m.lien.ctr@us.army.mil. Point of Contact referencing this solicitation is Rhonda Lien at 615-313-0530. Items to quote on are below and shipped to 230th AV SQ 01 TRP F AV MNT TR, 2254 Westover Road, Jackson, TN 38301-9642. The Government considers the CaveSytems model, a product, which demonstrates the level of quality desired by this solicitation. However, the brand name or equivalent are acceptable quotes and must meet the Salient Characteristics. Mentioning of this brand name will not be construed as limiting competition. Evaluation factors for this award are delivery/ installation and technical specifications based on salient characteristics Award will be determined by product compatibility with salient characteristics, lowest price, and delivery/installation terms and training if applicable. To be determined an equal product the equal product should meet the salient characteristics and will be determined by the unit upon comparison of request. Offeror MUST provide Tax ID and CAGE Code and DUNN's# with quote. Offeror must be CCR/ORCA certified and this will be a determining factor in the award process if the offeror is not current in their certification. (CCR& ORCA are located at SAM https://www.sam.gov/portal/public/SAM/. (h) Quote will be FOB destination with shipping charges included in prices and training charges if needed with quote. QTY - 3 Bicon Shelving Systems QTY - 3 Installing Cost QTY - 3 Shipping Cost Shipping Information: 230TH AV SQ Attn: 2254 WESTOVER ROAD JACKSON, TN 38301-9642 ________________________________________ SALIENT CHARACTERISTICS FOR, BICON SHELVING SYSTEM • Fit's in Standard ISO BICON CONEX • System utilizes entire height and width of container while maintaining 100% access to contents. • Minimum quantity of 8 up to 36 adjustable and removable compartments in partitioned • Removable STACKABOX -- completely removable from container manually, without use of a forklift or other mechanical assistance. Allows for easy 100% access to all contents and able to be carried to work area • STACKABOX and shelves can be reconfigured, added to, or removed totally from container • Four (4) Level security locking system • Ability to lock container doors • Ability to lock ALL STACKABOXES within the container with closure "gates" • Ability to lock contents within STACKABOX • ALL STACKABOXES are environmentally sealed (weatherproof) to protect contents, allowing for storage of moisture sensitive items • Minimum three (3) level STACKABOX retention system • Four (4) point STACKABOX pin retention system -- holds box within SHELF SUPPORT • Six (6) point SHELFSUPPORT retention system -- holds SHELFSUPPORT within SPACEFRAME allowing for 100% extension and complete retention when stowed. • Four (4) point M12 8.8 grade hex bolt attachment design to secure SHELFSUPPORT to SPACEFRAME. Provides secure positioning when locked, while allowing for quick and safe removal and repositioning when required. • Minimum 4X safety factor for STACKABOX Slide support • Gas strut supported lid for safe "hands free" open access to contents • Thumb latch STACKABOX release system, safely holds STACKABOX within the SHELFSUPPORT upon extension. • SHELF SUPPORT retention latch safely holds STACKABOX in stowed position • No Maintenance required • System equipped with self-lubricating slides. No additional lubrication necessary. Internal system components are double powder coated for corrosion resistance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40/W912L7-12-T-0031/listing.html)
 
Place of Performance
Address: 3041 Sidco Drive, Nashville, Tennessee, 37204, United States
Zip Code: 37204
 
Record
SN02864508-W 20120902/120831235924-a0dc6cee066839150caec9dc07342136 (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.