MODIFICATION
71 -- Office Furniture - Item List - Combo Attachement
- Notice Date
- 9/25/2015
- Notice Type
- Modification/Amendment
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG - Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-15-T-0318
- Archive Date
- 10/14/2015
- Point of Contact
- Benjamin J Shelton, Phone: 3013940752
- E-Mail Address
-
benjamin.j.shelton6.civ@mail.mil
(benjamin.j.shelton6.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- G Corridor E Corridor This attachment is to supersede the previous items list, specifically to remove a requirement for KRUG furniture. COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 7110 2. NAICS Code: 337214 3. Subject: Design Layout and Office Furniture 4. Solicitation Number: W911QX-15-T-0318 5. Set-Aside Code: Small Business (NMR Waived) 6. Response Date: 29 September 2015 7. Place of Delivery/Performance: U.S. Army Research Laboratory 2800 Powder Mill Rd Adelphi, MD 20783 8. (i) This is a combined synopsis/solicitation for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-15-T-0318. This acquisition is issued as a request for quotation (RFQ) as a SB Set-Aside in which the Small Business Non-Manufacturers Rule has been waived. This allows small businesses to propose furniture manufactured by a large business, but only an offer from a small business is eligible to receive the award. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 3 September 2015. (iv) This acquisition is set-aside for Small Business. The associated NAICS code is 337214. The small business size standard is 500 employees. (the non-manufacturers rule has been waived for this solicitationby the SBA). (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Design layout CLIN 0002: Proposed Furniture (See attached Items List) CLIN 0003: Gunlocke "Brand Name required" furniture for Room 4E026 CLIN 0004: Installation / Cleanup / Removal of Debris (vi) Description of requirements: Design Layout and Office Furniture with Installation (vii) Delivery is required by 12 weeks after date of contract (ADC). Delivery shall be made to the Army Research Laboratory to the rooms listed in the attached Items List. Acceptance shall be performed at Army Research Laboratory. The FOB point is Destination. Separate charge for delivery and installation on CLIN 0004. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. Offerors shall complete the attached Items List with the quote. It is the offeror's responsibility to submit their quotes on time, and should allow sufficient time for the quote to clear any and all email servers. Quotes should be submitted in the following forms: (1) electronic (Please limit the file size to 3MB or less) and at a minimum quote should include: (1) price; (2) drawings of proposed design layout; (3) furniture technical breakout to include model numbers, specifications that clearly meet the Item List description requirements; (4) photos of furniture offering; and (5) company literature. Items shall meet or exceed the salient characteristics in the attached documents. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need NOT be evaluated because the dollar amount and magnitude of this requirement are not substantial enough to increase associated risks in performance. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Proposals will be evaluated for acceptability but not ranked using the non-cost/price factors. Price will be evaluated based on the total proposed price found on the Items List. Price evaluation will firstly rely on competition, if there is no relevant competition the Government will rely on historical pricing from previous contracts to determine price reasonableness. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.209-10, 52-219-4, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-18, 52.232-33, 52.203-3, 252.203-7000, 252.203-7005, 252.204-7011, 252.209-7001, 252.215-7007, 252.215-7008, 252.223-7008, 252.225-7002, 252.225-7012, 252.225-7031, 252.225-7035, 252.225-7035 Alt II, 252.225-7036, 252.225-7036 Alt II, 252.232-7003, 252.232-7010, 252.243-7002, 252.244-7000, 252.247-7023. (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all local clauses can be found in the attached ACC-APG Adelphi Local Clauses Full Text document): 52.004-4409 ACC - APG POINT OF CONTACT (APR 2011); 52.004-4411 TECHNICAL POINT OF CONTACT (DEC 2002); APG-ADL-B.5152.216-4407 TYPE OF CONTRACT (SEP 1999); 52.046-4400 GOVERNMENT INSPECTION AND ACCEPTANCE (SEP 1999); 52.032-4418 TAX EXEMPTION CERTIFICATE (SEP 1999); 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013); 52.005-4401 RELEASE OF INFORMATION BY MANUFACTURERS, RESEARCH ORGANIZATIONS, EDUCATIONAL INSTITUTIONS, AND OTHER COMMERCIAL ENTITIES HOLDING ARMY CONTRACTS (AUG 2006); 52.011-4401 RECEIVING ROOM REQUIREMENTS - APG ALTERNATE I (JAN 2003); AMC-LEVEL PROTEST PROGRAM (JUL 2011); US ARMY CONTRACTING COMMAND (ACC-APG) - ADELPHI CONTRACTING DIVISION (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A. (xv) The following notes apply to this announcement: Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). (xvi) Offers are due on 29 September 2015, by 11:59 A.M. ET, and shall be sent electronically to benjamin.j.shelton6.civ@mail.mil. (xvii) For information regarding this solicitation, please contact Benjamin Shelton at (301) 394-0752 or email at benjamin.j.shelton6.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b2758acafcddc102caacc17ff91f13bf)
- Place of Performance
- Address: 2800 Powder Mill Rd, Adelphi, Maryland, 20783, United States
- Zip Code: 20783
- Zip Code: 20783
- Record
- SN03904030-W 20150927/150925235248-b2758acafcddc102caacc17ff91f13bf (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 |