SOLICITATION NOTICE
75 -- Office Supplies
- Notice Date
- 8/31/2017
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- PO BOX 105099, Fort Irwin, CA 92310
- ZIP Code
- 92310
- Solicitation Number
- FortIrwinACESMS002
- Response Due
- 9/5/2017
- Archive Date
- 3/4/2018
- 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 FortIrwinACESMS002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 453210 with a small business size standard of $32.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-05 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort irwin, CA 92310 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: HDMI DISPLAY PORT ADAPTOR Requested Specification: SIENOC Display Port DP Male to HDMI Female Connector Adaptor Color Black Seller Line Item Details: Manufacturer: SIENOC Part Number: OC-070N-US Description: Only DP to HDMI, Not HDMI to DP Support greater than QXGA(2048x1536)resolution at 24-bit color depths. Support existing VESA and Consumer Electronics Association(CEA)standards. Supports a maximum of 1080P resolution at 24bpp,50/60Hz at 15 meters. Support DisplayPort connector 20 pin, 15, EA; LI 002: 6 ™6 ť HDMI cable Requested Specification: AudioQuest - Cinnamon 6.6' HDMI Cable - Black/Red Seller Line Item Details: Manufacturer: AudioQuest Part Number: HDMICINNAMON2M Description: This HDMI cable offers Critical Stable Geometry for effective signal transfer and a 6.6' length for easy positioning of HDMI-compatible components.., 15, EA; LI 003: 3 seat couch with end and center arms. Tendril Demin vinyl leather covering with walnut legs. Seller Line Item Details: Manufacturer: Lesro Fremont Part Number: WF13642340 Description: Optimum comfort, durability and functionality for demanding reception areas and lounge settings. Tendril Denim vinyl leather cover with walnut legs, 2, EA; LI 004: Wall mount literature display Requested Specification: SAFCO ® Wall-Mount Plastic Magazine/Brochure Combination Displays Wall-Mount Display 3 Mag/6 Brochure 22-1/2"H x 30"W Seller Line Item Details: Manufacturer: SAFCO Part Number: WF14690370 Description: Vacuum-molded plastic racks are shatter resistant and crystal clear. Keep a wide variety of materials organized in a single wall display. A combination of 11-1/4"H x 9-1/4"W pockets for magazines or literature and 9-3/8"H x 4-1/4"W pockets for brochures. Each pocket is 1-3/4"D to hold back issues. All corners and edges are rounded and smoothly finished. Each pocket includes a cut out at bottom for ease in cleaning. All displays are predrilled for wall mounting. Hardware included., 2, EA; LI 005: Wall mount literature display Requested Specification: Clear Plastic Magazine/Literature Wall Displays. SAFCO Wall-mount Mag Display 9 Pocket 36-3/4"H x 30"W Seller Line Item Details: Manufacturer: SAFCO Part Number: WF14683880 Description: Vacuum-molded plastic racks are shatter resistant and crystal clear Keep a wide variety of materials organized in a single wall display. 11-1/4"H x 9-1/4"W pockets for magazines or literature. Each pocket is 1-3/4"D to hold back issues. All corners and edges are rounded and smoothly finished. Each pocket includes a cut out at bottom for ease in cleaning. All displays are predrilled for wall mounting. Hardware included.., 2, EA; LI 006: Stand Up Display Requested Specification: Forte Poster & Literature Display. Poster and Periodical Displr 1 Pocket 73" x 23-1/2" x 18"D Seller Line Item Details: Manufacturer: Forte Part Number: WE20535190 Description: Shelves and sign frames are constructed of powder-coated steel. Aluminum pole and weighted base with rubber ring to protect floors. Snap frame measures 36" x 24 ś Literature shelves measure 12" x 18-1/4" and are 1-3/4"D For indoor use only, 2, EA; LI 007: Jam proof micro-cut shredder Requested Specification: Powershred 225Mi 100% Jam Proof Micro- Cut Shredder, 16 Sheet Capacity Seller Line Item Details: Manufacturer: Fellowes Part Number: FEL4620001 Description: Provides high performance commercial shredding. The 100% Jam Proof System that eliminates paper jams and powers through tough jobs. SilentShred offers ultra-quiet performance for shared workspaces. SafeSense ® Technology stops shredding when hands touch the paper opening. Energy Savings System provides optimal energy efficiency 100% of the time ”in use and out of use. The continuous duty motor offers non-stop shredding for 3-5 users. Shreds 14 sheets per pass into 5/64 ť x 15/32 ť micro-cut particles (Security Level P-5) and also safely shreds staples, paper clips, plastic credit cards, CDs/DVDs and junk mail. It has a 16-gallon bin, which holds over 80% more micro-cut particles per gallon than standard cross-cut, and the continuous duty motor offers non-stop shredding for 3-5 users.., 2, EA; LI 008: Table top display Requested Specification: Beveled Edge Sign Holders. Beveled Edge Acrylic Sign Holder 8-1/2" x 11" Seller Line Item Details: Manufacturer: Part Number: WE20470670 Description: Durable plastic panels with green-tinted, decorative beveled edges give the elegant look of glass. Panels come apart for adding signage and can be displayed vertically or horizontally. Wall-mount units secure contents with 4 metal knobs that screw on and off. Tabletop units have removable silver posts that extend 3/8" from the front of the sign. Base posts extend 3" behind frames for support; top posts extend 1/2" behind.., 2, EA; LI 009: Top load display Requested Specification: Top-loading Clear Acrylic Sign Holders. Top Loading Acrylic Horizontal Sign Holder 8-1/2"H x 11"W Seller Line Item Details: Manufacturer: Part Number: WE14962230 Description: Sturdy and easy to load. These clear acrylic frames are an attractive, economical display option that ™s just right for important signs and notices. Top-loading sign holders include self-standing, 4"W bases that prevent tipping and allow easy viewing from both sides.., 2, EA; LI 010: Stacking chairs Requested Specification: Alera ® Continental Acrylic Square-Back Stacking Chairs, Blue Seller Line Item Details: Manufacturer: Alera Part Number: ALESC68FA20C Description: *100% Acrylic fabric in Blue with Chrome finished steel frame *Armless *Stackable up to 12 units high Need 4 dozen.48 total chairs., 4, Dozen; 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, MICC End User 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User 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 bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 bids, 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. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program 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 (HQ), Army Materiel Command (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 (GAO) 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 HQ 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 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dbdcc1318ff6949952fca0720079d3ef)
- Place of Performance
- Address: Fort irwin, CA 92310
- Zip Code: 92310
- Zip Code: 92310
- Record
- SN04656999-W 20170902/170831233534-dbdcc1318ff6949952fca0720079d3ef (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 |