Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2016 FBO #5236
MODIFICATION

71 -- Partition Wall, Tables and Cabinets

Notice Date
3/23/2016
 
Notice Type
Modification/Amendment
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 194 MSG/MSC (USPFO WA), 101 41st Division Way, Camp Murray, Washington, 98430, United States
 
ZIP Code
98430
 
Solicitation Number
F9XHNW6070AW01
 
Archive Date
4/21/2016
 
Point of Contact
Matthew J. Berube, Phone: 2535122186, Robert Burke, Phone: 253-512-2178
 
E-Mail Address
matthew.j.berube2.mil@mail.mil, robert.j.burke2.mil@mail.mil
(matthew.j.berube2.mil@mail.mil, robert.j.burke2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(CORRECTED SITE VISIT DATE FROM 30 APRIL 16 to 30 MARCH 16) This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Purchase number F9XHNW6070AW01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, 07 Mar 2016 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20160226. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 337211 with not to exceed 500 employees. Description of Requirement: The 262 COSP located on Joint Base Lewis McChord, WA has a requirement for a Partition Wall, Tables and Storage Cabinets. See attachment for approximate design layout of partition wall; actual measurements must be verified by vendor duirng site visit (see below for details). *Shipping to the following address must be included in quote: 855 Lincoln Blvd Joint Base Lewis-McChord, WA 98438 *Installation/setup of Partition Wall and all Furniture is required. Removal of all packing material and debris is also required. Partition Wall. MFR: Herman Miller. Part #: Must be of Herman Miller Ethospace System product line or EQUAL Quantity: 1 Each Required Specifications: - See Partition Wall Layout for specifics on approximate required locations of wall features - Partition wall be made of steel frame, interchangeable panels of fabric, glass panels approx. 16" H on upper wall and whiteboard panels with marker trays (shown in blue on Partition Wall Layout) approx. 32" H - Two (2) locking doors. One door is left hand swing, 42" wide. The other is right hand swing, 42" wide. - Dimensions: See Partition Wall Layout - Power access is not necessary Freestanding Metal Bookcase. MFR: Herman Miller. Part #: 46-3615-OB-68 or EQUAL Quantity: 4 Each Required Specifications: - Dimensions: Approx. 36"W x 15"D x 65-5/8"H - Smooth paint on smooth steel - Approx. 4-1/4"H base - 5 adjustable/movable shelves - Color: Metallic Champagne or similar 36"W Table on Resilient Casters. MFR: Herman Miller. Part #: DT1AS or EQUAL Quantity: 48 Each Required Specifications: - Dimensions: Approx. 36"W x 30"D x 29"H - Rectangle training table with "T" leg base or similar - Square-edge laminate top - Approx. 1-1/8" thick high, pressure laminate top - 45-pound density particleboard core - Side edges of rigid polyvinyl chloride (PVC) or similar material - Legs located at outer edges for extra knee space - Zinc-plated steel fasteners - Steel horizontal struts - 4 casters: 2 Lockable - Cable management system, made of aluminum - Metallic silver frame 72"W Table on Resilient Casters. MFR: Herman Miller. Part #: DT1AS or EQUAL Quantity: 48 Each Required Specifications: - Dimensions: Approx. 72"W x 30"D x 29"H - Rectangle training table with "T" leg base or similar - Square-edge laminate top - Approx. 1-1/8" thick high, pressure laminate top - 45-pound density particleboard core - Side edges of rigid polyvinyl chloride (PVC) or similar material - Legs located at outer edges for extra knee space - Zinc-plated steel fasteners - Steel horizontal struts - 4 casters: 2 Lockable - Cable management system, made of aluminum - Metallic silver frame Equipment Cart with Locking Storage. MFR: Peter Pepper. Part #: 7826 or EQUAL Quantity: 4 Each Required Specifications: - Aluminum extrusion frame - Locking storage area with 2 hinged doors and 1 adjustable shelf - 2" locking casters - Dimensions: Approx. 24"W x 24"D x 30"H **A site visit will be conducted on 30 MARCH 2016, @ 1:00pm PST in order to allow vendors to take measurements, ask questions and address any concerns. This is HIGHLY recommended, as the room dimensions / layout are sensitive in nature. Note: No electronic devices will be allowed in the facility. So, if a laser pointer measuring device will be used, it cannot have a Bluetooth or any type of external communication. Please contact usaf.wa.194-wg.list.fal-msc-contracting@mail.mil at least 24-hours prior to site visit will the names of all who will be attending. **This is a brand name or equal requirement **Pl e ase DO N O T i n c l u de S al e s Tax in your quote Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time, 6 April 2016. Quotes must be e-mailed to the attention of both P.O.C.s listed below. Contact Information: Buyer: MSgt Matt Berube. usaf.wa.194-wg.list.fal-msc-contracting@mail.mil Financing Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM) at: http://www.sam.gov. PROVISIONS AND CLAUSES C l a us e s m a y b e a c ce ss e d e l ec t r oni c a l l y in f ull t e x t th r ou g h http:// far sit e.hill. af.mil. C ont rac to r s must be ac tiv e l y r e g ist e r e d with www.SAM.gov and W ide A re a W o r k F low ( W A W F ) a t http://w a w f. e b. mil. FAR 52.204-7, System for Award Management Registration Far 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technical acceptability and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item, or complete electronic annual representations and certifications at sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR, 52.219-28, Post-Award Small Business program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child labor - Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviation in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7008, Compliance with Safeguarding Covered Information Controls DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.225-7000, Buy American - Balance of Payments Program Certificate DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program (Alternate I) DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.232-7006, Wide Area Workflow Payment Instructions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8226a55d9434e2e2719744f04ea74502)
 
Place of Performance
Address: 262 COSP, 855 Lincoln Blvd, Joint Base Lewis-McChord, WA 98438, Joint Base Lewis McChord, Washington, 98438, United States
Zip Code: 98438
 
Record
SN04060237-W 20160325/160323235646-8226a55d9434e2e2719744f04ea74502 (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.