SOLICITATION NOTICE
73 -- GALLEY FURNITURE
- Notice Date
- 7/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 937 N HARBOR DR, SAN DIEGO, CA 92132
- ZIP Code
- 92132
- Solicitation Number
- N00244-16-T-0191
- Response Due
- 7/15/2016
- Archive Date
- 1/11/2017
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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.The solicitation number is N00244-16-T-0191 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The associated North American Industrial Classification System (NAICS) code for this procurement is 333318 with a small business size standard of 1,000.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-07-15 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be SAN DIEGO, CA 92135 The FLC - San Diego requires the following items, Meet or Exceed, to the following: LI 001: CUSTOM MOBILE ROOM DIVIDER - Custom 11 feet long X 16? wide X 42? high straight room dividers, tubular stainless steel construction, with 1? thick solid surface top; solid surface top to be Corian, Glacier White; dividers will be on 5" heavy duty casters; frosted glass on top 28? tall; total height with glass is 64?; glass post to be 1? round stainless steel; laminated ACM paneling; laminate to be Afromosia Congo by Arborite #445; provide with ?? X 3/4? stainless steel corner guards; solid surface top and laminate to match existing room dividers. ***SEE ATTACHMENT FOR COMPLETE DESCRIPTIONS/SPECIFICATIONS OF ALL LINE ITEMS***, 2, EA; LI 002: MOBILE BACK PACK STORAGE COUNTER - Stainless steel construction; approx 75? L x 24? W x 36? high; 18 compartments approx. 12? x 12?; solid surface top: Glacier white by CORIAN; laminated cabinet: AFROMOSIA CONGO BY ARBORITE; pre-painted black ACM toe kicks; adjustable leveling legs w/ heavy duty casters; legs to be 4? high., 2, EA; LI 003: MOBILE SERVING LINE COUNTER - Hot food counter;approximately 148? x 75?. ?L? shaped, RADIUS counter. Taller section to be 36? high; Solid surface top: GLACIER WHITE BY CORIAN; Aluminum composite material (ACM) construction. Laminated ACM: AFROMOSIA CONGO BY ARBORITE; Base color in pre-painted black, ACM with matching toe kick, heavy duty casters (10 ea), open storage on server side; Cord and plug for drop-in equipment; Counter to have three (3) each stainless steel rub strips for tray slides on both sides; Rub strips to be 304 stainless steel, ?? wide x ? inch high; Two single sided sneeze guard to match existing Bistro line. Each of the two sneeze guards to be 45? wide, height 18 ? inches each; The new sneeze guards on 1 ?? diameter stainless steel tubing with front breath guard and glass shelf top; Glass to be 3/8? tempered glass; Lower section approx. 29 1/4? wide for Self Service Pizza display unit approximately 34? high., 1, EA; LI 004: DROP-IN DUAL TEMPERATURE FOOD WELL - Hot/Cold food well, drop-in, top mount, 2 pan, remote mountable panel with on-off switch, hot/cold toggle with indicator lights for hot or cold, thermostatic temperature rotary knob control in hot mode, preset cold control, manual manifold drain, 300 series stainless well & flange, galvanized wrapper, 625 watts per well, 11.2 amps, 120v, 5-15P, cULus, NSF. Must properly fit mobile serving line counter., 2, EA; LI 005: TV ADJUSTMENTS - Raise existing TV by 8?, 2, EA; LI 006: WALL CLIP - ?? X ?? aluminum construction, approximately 120? long. Replace existing Wall Clip., 1, EA; LI 007: LED LIGHTS (BULBS)-approximately 240? of LED lights to existing food serving lines. Each of 4 serving line will require approximately 60? of LED lights. Super Bright Flexible LED Light Strip with 5 amp transformer., 4, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - San Diego intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - San Diego is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 333318 and the Small Business Standard is 1000. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.204-10 Reporting Subcontract Awards. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-2 Evaluation - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) Control of Government Personnel Work Product (April 1992) Safeguarding of Unclassified Controlled Technical Information Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Buy American Act & Balance of Payments (Oct 2011) Wide Area Workflow Payment Instructions (May 2013)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-16-T-0191/listing.html)
- Place of Performance
- Address: SAN DIEGO, CA 92135
- Zip Code: 92135
- Zip Code: 92135
- Record
- SN04178837-W 20160714/160712234359-2905afa9bdf7a580cde6d2c6539574e9 (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 |