Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2016 FBO #5420
SOLICITATION NOTICE

71 -- Brand Name Teknion Systems Furniture Reconfiguration - SOW, Floor Plan, and J&A

Notice Date
9/23/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG41-16-Q-PFC198
 
Archive Date
10/11/2016
 
Point of Contact
Maria L Nestico, Phone: 757-856-2332, Juan A. Soto, Phone: 757-856-2564
 
E-Mail Address
Maria.L.Nestico@uscg.mil, Juan.A.Soto@uscg.mil
(Maria.L.Nestico@uscg.mil, Juan.A.Soto@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
J&A FLOOR PLAN SOW Combined Synopsis/Solicitation - Total Small Business Brand Name Teknion Systems Furniture Reconfiguration HSCG41-16-Q-PFC198 The following information, as required per FAR 12.603(c)(2), applies: (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; quotes are being requested and a written solicitation will not be issued. The U.S. Coast Guard (USCG) will award a single Firm-Fixed Price type Contract. (ii) The solicitation reference number is HSCG41-16-Q-PFC198 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective 15 August 2016. (iv) This requirement is a Total Small Business set-aside and only qualified offerors may submit a quote. This acquisition is being solicited as a Brand Name only for Teknion Systems Furniture through their authorized installers on Federal Business Opportunities webpage Fed Biz Opps under North American Industrial Classification System (NAICS) Code 423210 - Furniture Merchant Wholesalers, with a Small Business Size Standard of 100 employees. The Product Service Code (PSC)/ Federal Supply Code (FSC) for this acquisition will be 7110 - Office Furniture. (v) The USCG Training Center Yorktown Procurement/Contracting Office is purchasing Brand Name Teknion Systems Furniture to include reconfiguration, installation, and testing for Force Readiness Command (FORCECOM), 11th Floor, Main Street Tower, Norfolk, VA per the attached Statement of Work, (vi) The contractor/installer shall provide all labor and materials necessary to receive, deliver, reconfigure, install, and test all furniture specified, and for the clean up/removal of debris upon completion as specified in the attached Statement of Work (SOW). The space is currently occupied and will be made ready for furniture installation by the Government. If there is any discrepancy during this project, the Technical POC must be consulted for direction prior to any advancement being taken by the Contractor. (vii) The Period of Performance is 120 days from the date of award. The installation shall take place immediately after GSA's contract electrical construction is completed. The contractor will submit a schedule to accomplish this work to the Contracting Officer for approval. The contractor's work shall not take place at the government site on Federal Holidays and weekends unless directed by the Contacting Officer. Installation shall occur during normal business hours, between the hours of 7:30AM -4:00PM, Monday through Friday. Also, please specify lead time for order processing and shipping/delivery. Shipping cost shall be included FOB destination. (viii) FAR Provision Clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is incorporated herein by reference. The full text of the referenced FAR clauses/provisions may be accessed electronically at http://www.acqnet.gov/far. (ix) Quotes in response to this RFQ will be evaluated based on the lowest-priced-technically acceptable quote. Technical acceptance will be based on compliance with the SOW. The full text of the referenced FAR clauses/provisions may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm. (x) FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition and is incorporated herein by reference. The offeror must submit a completed copy of the listed representations and certifications. The full text of the referenced FAR clauses/provisions may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm. (xi) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is incorporated herein by reference. The full text of the referenced FAR clauses/provisions may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.216-24, 52.216-25, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.244-6, apply to this acquisition, and are incorporated herein by reference. The full text of the referenced FAR clauses/provisions may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm. (xiii) All Contractors doing business with the Government must be registered with the System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following website: https://www.sam.gov/portal/public/SAM/. In order to register all firms must have a Dun and Bradstreet Number. A Dun and Bradstreet number may be obtained free of charge by contacting Dun and Bradstreet at http://www.dnb.com/us/duns_update/ or 800.234.3867. (xiv) The Defense Priorities and Allocations System (DPAS) do not apply. (xv) QUOTE DEADLINE: Quote must be received by Monday, September 26, 2016 at 4:00PM Eastern Standard Time (EST). Quotes received after this date may not be considered for award. Only electronic quotes will be accepted. Email quote and completed FAR Provision 52.212-3 Offeror Representations and Certifications-Commercial Items form (or ORCA printout) to the following: Maria Nestico, Contracting Officer, at Maria.L.Nestico@uscg.mil ; and, Juan Soto, Contracting Officer, at Juan.A.Soto@uscg.mil. All quotes must include the following informant/documents: a. The solicitation number HSCG41-16-Q-PFC198. b. The name, address, and telephone number of the offeror; c. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; d. Completed pricing spreadsheet; e. Terms of any express warranty; f. Price, availability and any discount terms; g. A completed copy of the representations and certifications at FAR 52.212-3 h. Company Tax Information Number and DUNS Number. (xvi) Please direct all questions regarding this procurement to: Maria L. Nestico, Contracting Officer at 757-856-2332; and/or, Juan Soto, Contracting Officer, at 757-856-2564. This is NOT a sealed bid advertisement; and, quotations will NOT be publicly opened.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG41-16-Q-PFC198/listing.html)
 
Place of Performance
Address: Force Readiness Command (FORCECOM) Norfolk, Point of Contact: CDR Hoernemann, 11TH Floor, Main Street Tower, 300 East Main Street, Norfolk, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN04285907-W 20160925/160923234819-dbc7a61a0c21fd9615fe1114951fe597 (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.