SOLICITATION NOTICE
71 -- Purchase and Installation of New Furniture for two Administrative suites
- Notice Date
- 8/19/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238390
— Other Building Finishing Contractors
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-2016-683
- Archive Date
- 9/17/2016
- Point of Contact
- Gwennifer Epps, Phone: 3014519242
- E-Mail Address
-
eppsg@mail.nih.gov
(eppsg@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation (COMPETITIVE) The National Institute of Mental Health (NIMH), Administrative Services Branch, has the requirement to procure the: delivery and installation of new furniture for two administrative suites within Building 31 (2B34 and 3B55). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The combined synopsis/ solicitation number remains the same: HHS-NIH-NIDA-SSSA-2016-683. Set-Aside Status: This acquisition is 100% set-aside for small businesses. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 20) 05-72, (January 2014) Simplified Procedures for a Commercial Item. The Government contemplates only one award of a Firm-Fixed Price contract. The Associated North America Industry Classification Code (NAICS) 238390 and the Business Size Standard is $15 million. It has been determined there are no opportunities to acquire green products or services for this procurement. Background: The purpose of this acquisition is to provide furniture for a total of 24 staff at 2 locations (31/2B34 and 31/3B55), partial glass modular furniture walls between 17 private offices and the breakroom/meeting room in 2B34, and entry doors for each private office and the breakroom/meeting room. Glass modular furniture wall will attach to bottom of the bulkheads, which are at 8'4" in height. Glass will also be partially frosted to accommodate privacy. Both suites are undergoing complete renovations and at the completion of construction, will have no furniture. Delivery and installation cost should be included in the proposal. Note: A detailed floor plan is attached. Project requirements: The contractor shall provide the NIMH with two of the following: Phase 1: Office Suite 2B34 • 1 supervisory office (2B34H) o L shaped workstation with half modesty panel (larger than staff offices)  Hutch with closed cabinet doors  2 pedestals - 1 fixed box box file and 1 mobile with cushion  Tack board and task lighting o 1 adjustable height table 24" x 48" • 11 private staff offices o L shaped workstations with half modesty panels  Hutch with closed cabinet doors  2 pedestals - 1 fixed box box file and 1 mobile with cushion  Tack board and task lighting • 1 reception desk with reception counter o Hutch with closed cabinet doors o 1 fixed box box file o Tack board and task lighting • 1 other desk in open area o Hutch with closed cabinet doors o 1 fixed box box file o Tack board and task lighting • 1 hoteling desk in corridor • 1 oval conference table for 8 in breakroom/meeting room (will need to be wired for presentation hook-up) • 14 office chairs • 35 guest chairs - stackable with wheels • 14 36" 2 drawer filing cabinets • 1 36" 5 drawer filing cabinet Phase 2: Office Suite 3B55 • 5 private staff offices o L shaped workstations with half modesty panels  Hutch with closed cabinet doors  2 pedestals - 1 fixed box box file and 1 mobile with cushion  Tack board and task lighting • 5 desks in open area o 5 workstations with privacy screening from each other  Additional screening where a workstation may adjoin private office glass  Hutch with closed cabinet doors  1 mobile pedestal with cushion  Tack board and task lighting • 1 round 42" diameter conference table in breakroom/meeting room • 10 office chairs • 14 guest chairs - stackable with wheels • 2 counter height chairs • 7 36" 2 drawer filing cabinets • 4 36" 5 drawer filing cabinets II. Delivery: Delivery of purchases will occur in 2 phases because the renovation of the space the furniture will go is happening in 2 phases (occupants of both spaces are using the same swing space so the phase 1 needs to go into their new space, with furniture, before phase 2 can move out to begin the second phase of renovation). In case all the furniture is procured for both phases at the same time, storage of the phase 2 furniture will need to occur until the space is ready. NOTE: Exact dates cannot be determined because renovation schedules are flexible, but the current proposed dates of renovation completion are: Phase 1 - 9/7/16, Phase 2 - 12/19/16. III. Installation: All packaging and shipping should be completed by the vendor and delivered by them on the day of installation. a. The Contracting Officer Representative or the duly authorized representative will perform inspection and acceptance of materials and services to be provided. b. Inspection and acceptance will be performed at time of delivery and installation (contingent on dates of completion of renovation projects) IV. Payment: Payment shall be made after the successful acceptance and inspection of the delivery, installation, of furniture. Payment authorization requires submission and approval of an invoice to the NIMH COR and NIH Commercial Accounts. BASIS FOR AWARD: Offerors must provide descriptive literature or other materials that demonstrate their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror with the lowest price offer that fully meets the requirements of the solicitation. QUOTATIONS ARE DUE: September 2, 2016 at 11:00 AM, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items 52.212-2 Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. 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 proposal/quote. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items (November 2013) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (January 2014). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 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 Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-37 Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer System for awards Management 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.246-2 Inspection of Supplies-Fixed Price No collect calls will be accepted. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-2016-683/listing.html)
- Place of Performance
- Address: National Institutes of Health, 31 Center Drive, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN04233371-W 20160821/160819235859-9210ad1e01a96df8a91f57cdfe4094dd (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 |