Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SOLICITATION NOTICE

71 -- L SHAPED WORKSTATIONS-FT BELVOIR - Copy of Solicitation

Notice Date
8/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
KODUH5RI932
 
Archive Date
9/24/2015
 
Point of Contact
Diane M Hulett, Phone: 614-701-2762
 
E-Mail Address
diane.m.hulett.civ@mail.mil
(diane.m.hulett.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation-L-shaped Desks, Ft. Belvoir DFAS DMPO-Brand Name or Equal (FAR 52.211-6): Office-In-An-Hour "L" Workstations This is a combined synopsis/solicitation (RFQ) for the purchase of 18 workstations including delivery, removal of existing, and installation of new workstations. DFAS located in Ft. Belvoir Virginia in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This will be a firm fixed-price contract type. NAICS code for this announcement is 337214 with small business size standard 500 employees. Mandatory Site Visit: Due to the need to ensure complete understanding of the job to be performed and the condition of the site prospective quoters shall perform a site visit. ***Quotes that are not based on a site visit will not be considered for award. *** Coordinate Site Visit prior to RFQ Closing date of September 9, 2015 For registration and base access information, contact the POC noted below - This must be completed at least 24- hours prior to the site visit. Please contact: Mr. Robert Hoshman Email: robert.hoshman.civ@mail.mil Phone: 703 806-4295 Project Manager for the renovation of building 219: DPW 93 Jackson Loop Ft Belvoir VA 22060 This is what is needed to gain access to Ft Belvoir and when this information is received the individual's names will be added to the gate entrance. • Company Name • Person in Charge - include all the people who will be driving the truck and others wanting access to post • Driver License Number SOLICITATION CLOSING DATE: All quotes must be received by: Noon (EST), Wednesday, September 9, 2015. Preferred delivery method for submission of your quote is via email: diane.m.hulett.civ@mail.mil. Quotes shall include at a minimum, in addition to the items listed in the section Basis for Award below, the following:  Unit price  Delivery Date (Requesting September 30, 2015)  Vendor Contact Name, Phone Number and Email Address  Company Cage Code or DUNS Number  Tax Identification Number  Business Size: Small/Large/Other: _______________ Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information. IMPORTANT REMINDER: Prior to submission of quote, please verify your registration is current and active via the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/. Please Note: A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive an order for this requirement. Failure to submit any information as requested above may result in the offeror being removed from consideration for award. DESCRIPTION OF REQUIREMENT: Described in the Description of Need (DON) item described below. CONFORMANCE to DON: You must provide the item in accordance with the DON for the brand name or an equal item: Bush Office-IN-An-Hour "L" Workstation in three components: WC34694C1-03 WC34694C2-03 WC36490-03 Plus Removal of existing workstations and installation of new workstations Period of Performance/Delivery: Delivery is requested by September 30, 2015: Delivery Address: Defense Military Pay Office Ft. Belvoir/NCR Attn: DFAS-JFLH/UHMS 9800 Lowen Road (Building 702) Fort Belvoir, VA 22060-5538 BASIS FOR AWARD: Providing the brand name or an equal item at lowest price. Requesting delivery by September 30, 2015. QUESTIONS AND INQUIRIES CONCERNING THIS RFQ: Send your questions to: diane.m.hulett.civ@mail.mil. The Government's response to inquiries will be made in writing. The vendor is instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 8/3/2015. The Government intends to include the following DFAS, FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. DFAS Clauses may be read in full text under a separate attachment titled DFAS Clauses. FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instruction to Offerors - Commercial (APR 2014) FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (DEC 2014) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (DEC 2014) (Note: This clause has been included in the document titled (DFAS Clauses) FAR 52.204-7 System for Award Management. (Jul 2013) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.253-1 Computer Generated Form (JAN 1991) FAR 52.246-17 Warranty of Supplies of a Noncomplex Nature. (June 2003) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7011 Alternative Line Item Structure (SEP 2011) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) DFARS 252.215-7007 Notice of Intent to Resolicit (JUN 2012) DFARS 252.215-7008 Only One Offer (OCT 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (DEC 2012) DFARS 252.244-7000 Subcontracts for Commercial Items (JUN 2013) DFARS 252.247-7023 Transportation of Supplies by Sea. (APR 2014) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ____ (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable".) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC ____ Issue By DoDAAC ____ Admin DoDAAC ____ Inspect By DoDAAC ____ Ship To Code ____ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) ____ Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ____ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ____ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) DAS CLAUSES IN FULL TEXT: DAS 52.204-9000 "REPLACEMENT OF PAPER DOCUMENT DISTRIBUTION WITH ELECTRONIC DOCUMENT ACCESS (EDA)" (JUN 2012) Copies of DFAS contracts and modifications are available on the Electronic Document Access (EDA) website at http://eda.ogden.disa.mil. The website provides access information as well as EDA Help Desk Support. DAS 52.223-9000, "ENVIRONMENTALLY PREFERABLE PRODUCTS" (July 2013) The Environmentally Preferable Products clause is included in this contract to articulate the Government's policies on Green Contracting. FAR 23.403 sets forth the Federal Government's policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. Executive Order 13423 (January 24, 2007) required federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it required that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. Executive Order 13514 (October 5, 2009), required federal agencies to analyze internal processes and revise reporting requirements in order to achieve such results as improvement of water use and efficiency, promoting pollution prevention and elimination of waste. But more particularly as related to procurement, an emphasis was placed on efforts to advance sustainable acquisitions to ensure that 95 percent of new contract actions including task and delivery orders, for products and services with the exception of acquisition of weapon systems, are energy-efficient (Energy Star or Federal Energy Management Program (FEMP) designated - FAR 52.223-15, and -16 when specific to computer products), water-efficient (Goals within Executive Order 13514), bio-based (FAR 52.223-1 & -2), environmentally preferable (FAR 52.223-10) and/or Electronic Product Environmental Assessment Tool (EPEAT - FAR 52.223-16) certified, non-ozone depleting (FAR 52.223-11), contain recycled content, or are non-toxic or less-toxic alternatives (FAR 52.223-3 & DFARS 252.223-7006), where such products and services meet agency performance requirements. § 1. Mandatory Use of Paper and Other Products with Recycled Content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor affirmatively acknowledges that it will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this solicitation the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items (FAR 52.223-17). § 2 Notice of Green Alternatives in Offerors' Product/Service. (a) When offering a product or service that contains "Green" components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products, and provide the certification required by FAR 52.223-4, when required. § 3 Affirmative Duty of Contractors to Adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. DAS 52.233.9000 Agency Protests (March 2014) Agency protests shall be resolved by the contracting officer. As an alternative, an independent review at a level above the contracting officer is available upon request by an offeror. (End of provision)   DESCRIPTION OF NEED (DON) FORT BELVOIR DMPO CUBICLES • PURPOSE: The purpose of this requirement is the removal of old workstations (cubicles), purchase, delivery, installation of 18 new workstations (cubicles), and removal all debris associated with those activities for the Fort Belvoir DMPO office. • PERIOD OF PERFORMANCE Delivery: September 30, 2015 • PLACE OF PERFORMANCE Defense Military Pay Office Ft. Belvoir/NCR Attn: DFAS-JFLH/UHMS 9800 Lowen Road (Building 702) Fort Belvoir, VA 22060-5538 • Specification Purchase should be the same products, or equal to the below specs. Bush Office in An Hour "L" Workstation, Hansen Cherry, Premium or Mahogany • Durable melamine surfaces scratch and stain resistant. • Metal-framed, cushioned panels covered by stylish two-tone fabric.. • Adjustable levelers. • Storage accessory kit. • 3-drawer file cabinet for your supplies • overhead storage cabinet with 2 doors • 3-tray hanging file folder • cup holder for pens, pencils and other accessories. • L-Desk Dimensions: 29 1/2"H x 62 1/2"W x 62 1/2"D. • File drawer: yes • Locking doors/drawers: yes • Backed by the manufacturer's 10-year limited warranty • The color for the workstation must be gray or blueish. • The cubicles need to have wire management grommets and wire raceways conceal cords and cables to prevent tangling • GENERAL • The Contractor shall provide all labor, supervision, tools parts, equipment, and transportation necessary to deliver/install/assemble office furniture, cubicles. • The Contractor shall remove current workstations • The Contractor will remove all packing materials (Pallets, cardboard, debris,etc.) from the installation sites. • • HOURS OF OPERATION Days and hours of operation: 7:30A.M.-4:00 P.M. Monday to Friday, with the exception of approved Federal Holidays. • SECURITY REQUIREMENTS The contractor will be required to get a Pass to access the Military installation. Therefore, coordination is needed with the Director of Fort Belvoir Defense Military Pay Office or her Deputy Director prior to delivery or for site visit. Contractor will need to coordinate with the listed POC's office for Military Installation Access. All contractor personnel, their vehicles, and other property entering, leaving, and while within the confines of the military installation shall be subject to search/inspection. • PAYMENT Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice (as advised upon award), via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. (ref. clause 252.232.7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link • GOVERNMENT POINT OF CONTACT (GPOC) Ms. Barbara Smith (703) 805-5318 or Ms. Jacqueline Haylock (703) 805-3724 This is what is needed to gain access to Ft Belvoir: • Company Name • Person in Charge - include all the people who will be driving the truck and others wanting access to post • Driver License Number When this information is received the individual's names will be added to the gate entrance. For registration and base access information, contact the POC noted below - This must be completed at least 24- hours prior to the site visit. Please contact: Mr. Robert Hoshman Email: robert.hoshman.civ@mail.mil Phone: 703 806-4295 Project Manager for the renovation of building 219: DPW 93 Jackson Loop Ft Belvoir VA 22060. End Description of Need   SCHEDULE OF ITEMS TABLE Brand Name: Please provide pricing and vendor information in the following or similar format: CLIN Description Manufacturer Qty U/P Total Price Bush Office-IN-An-Hour "L" Workstation BUSH 0001 Component 1 -Box 1: WC36494C1-03 " 18 0001 Component 2-Box 2: WC36494C2-03 " 18 0001 Component 3 -Storage and Accessory Kit: WC36490-03 " 18 0002 Removal of existing workstations and installation of new workstations 1 Total Price Quoted Company Cage Code: DUNS#: TAX ID#: Business Size (Large, Small, etc.): Point of Contact: Phone/email: Delivery Date Expectation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KODUH5RI932/listing.html)
 
Place of Performance
Address: Defense Military Pay Office (DFAS DMPO), Ft. Belvoir/NCR, 9800 Lowen Road Building 702, Ft. Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN03864729-W 20150902/150901000439-1bb4f4cafe0f4a05954cc3fb67c756e1 (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.