SOLICITATION NOTICE
71 -- Combined Synopsis/Solicitation - Office Furniture - Attachments
- Notice Date
- 3/23/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-16-T-0087
- Archive Date
- 5/9/2016
- Point of Contact
- Seth Nason, Phone: 4438614717
- E-Mail Address
-
seth.b.nason.mil@mail.mil
(seth.b.nason.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 7 - BLDG 4585 Floor 2 Attachment 6 - BLDG 4585 Attachment 5 Furniture - Office Listing Attachment 4 Desk Case Goods Specifications Attachment 3 Chair Specifications Attachment 2 SOW Attachment 1g Attachment 1f Attachment 1e Attachment 1d Attachment 1c Attachment 1b Attachment 1a W91ZLK-16-T-0087 Combined Synopsis/Solicitation - Office Furniture Design, Delivery and Installation 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-80 (2 March 2015). The solicitation number for this requirement is W91ZLK-16-T-0087. This requirement is a TOTAL SMALL BUSINESS SET-ASIDE. The applicable North American Industry Classification System (NAICS) Code is 337211 - Wood Furniture Manufacturing, which has a size standards of 500 employees. The project scope includes providing all materials, labor, and equipment required to design, deliver, and install the proposed office furniture in building E4585, Aberdeen Proving Ground - South, MD. Office furniture includes desks, desk/workstation systems, case goods, filing solutions, cabinetry, conference tables, chairs, bookshelves, and related hardware and materials. This is a brand name or equal requirement in which desired quality and specifications can be found via JSI Vision, Kimball Office, or Steelcase catalogues (See Attachments 1a-g). The Government contemplates award of a Firm-Fixed Price Contract, Lowest Price Technically Acceptable. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Description of Requirement: The US Army's Chemical Materials Activity plans to furnish selected offices in building E4585 as identified in the Furniture Requirements section in order to relocate several teams to the building. The contractor shall furnish all labor, materials and equipment required to design and install complete and usable office and conference room furniture per the final government approved design, specifications, and schedule (See Attachments 2-7). The contractor shall visit the project site to determine existing conditions, obtain all necessary dimensional, utility, physical and functional data. Verify all applicable as-built drawings and determine any relevant existing conditions not available on as-built drawings. AN OPEN SITE VISIT WILL BE HELD 30 MARCH 2016 AT 1000 (BUILDING E4585, APG-SOUTH). Please allow for additional time for badging at visitor gate, in order to arrive at the anticipated start time. The contractor to verify delivery thru doorways and stairways. Building E4585 does not have an elevator to access second floor offices. The contractor shall plan to deliver and install the furniture so that no damage to government property occurs. In the event that the contractor damages government property, furniture, facilities or grounds, during the delivery and installation, the contractor shall be responsible to repair, replace or otherwise resolve the issue at contractor's expense per direction of the contracting officer. Offerors shall submit quotes in accordance with the structure below. Partial quotes will not be evaluated by the Government. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the FAR and whose proposal conforms to the solicitation requirements, Lowest Price Technically Acceptable (LPTA). CLIN 0001 Furniture $ ___________________ The contractor shall provide all labor, materials and equipment required to design and install complete and usable office and conference room furniture as defined in the SOW. Please include price break out to include cost data for each Furniture Item, Design, and Delivery/Installation. To be determined responsible, a prospective contractor must meet FAR 9.104-1 General standards. The following provisions and clauses will be incorporated by reference: • 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995). • 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (June1010) • 52.204-7 System for Award Management • 52.204-9 Personal Identity Verification of Contractor Personnel • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). • 52.204-13 system for Award Management Maintenance • 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations • 52.212-1 Instruction to Offerors Commercial Items • 52.212-2, Evaluation Commercial Items The contractor will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. • 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. • 52.212-4 Contract Terms and Conditions Commercial Items. • 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. (DEVIATION 2013-00019). • 52.217-5 Evaluation of Options • 52.219-6 Notice of Total Small Business Set-Aside • 52.219-28, Post Award Small Business Program Representation (JUL 2013). • 52.222-3, Convict Labor (June 2003). • 52.222-19 Child Labor Cooperation with Authorities and Remedies • 52.222-21 Prohibition of Segregated Facilities • 52.222-26 Equal Opportunity • 52.222-36 Affirmative Action for Workers with Disabilities • 52.222-50 Combating Trafficking in Persons • 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services Requirements (Feb 2009) • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) • 52.225-13 Restrictions on Certain Foreign Purchase • 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran - Representations and Certifications • 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). • 52.232-39 Unenforceability of Unauthorized Payments. • 52.233-3 Protest after Award • 52.233-4 Applicable Law for Breach of Contract Claim • 52.237-2 Protection of Govt Buildings, Equipment, & Vegetation • 52.243-1 Changes - Fixed Price The following additional DFAR clauses cited in the clause are applicable: • 252.212-7000, Offeror Representations and Certifications Commercial Items • 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) • 52.203-3 Gratuities • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials • 252.203-7003 Agency Office of the Inspector General • 252.211-7003 Item Identification and Valuation • 252.225-7001 Buy America and Balance of Payment Program • 252.225-7008 Restriction on Acquisition of Specialty Metals • 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals • 252.225-7012 Preference for Certain Domestic Commodities • 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools • 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings • 252.225-7021 Trade Agreements • 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program • 252.227-7015 Technical Data-Commercial Items • 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable • 252.225-7038 Restriction on Acquisition of Air Circuit Breakers • 252.232-7003 Electronic Submission of Payment Requests • 252-247-7023 Transportation of Supplies by Sea • 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES: ALL QUESTIONS MUST BE SUBMITTED no later than 1400 EST, 07 April 2016. ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 1400 EST, 24 April 2016 via email to MAJ Nason, Seth, at the following email: seth.b.nason.mil@mail.mil. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. For questions concerning this solicitation contact MAJ Seth Nason via email at seth.b.nason.mil@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b8945e56a5592f01f80701ab8d71fbb3)
- Record
- SN04060504-W 20160325/160324000017-b8945e56a5592f01f80701ab8d71fbb3 (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 |