Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
SOLICITATION NOTICE

75 -- Office Supplies and equipment

Notice Date
9/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PO BOX 105099, Fort Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
FortIrwinDHRMPD001
 
Response Due
9/6/2017
 
Archive Date
3/5/2018
 
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 FortIrwinDHRMPD001 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 2017-09-06 14:00:00.0 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: Back-UPS 750VA UPS Battery Backup & Surge Protector (BE750G APC) Requested Specification:   VA: 750 VA OUTLETS: 5 SURGE ONLY; 5 UPS/SURGE RUN TIME: 12 MINUTES JOULES: 365 J DIMENSIONS: 7 1/10 ¯ x 13 ½ ¯ x 13 ½ ¯ Seller Line Item Details: ;Manufacturer  : APC ;Part Number:  No. APW-BE750G Description:  Battery backup with surge protector provides guaranteed power for desktop computers, wireless networks, gaming consoles and other electronics Supplies battery backup power during outages and unsafe voltage fluctuations, as well as protection from damaging surges and spikes 10 total outlets - 5 battery backup and surge, 5 surge only Power backup with PowerChute software and automatic shutdown Automatically shuts down idle equipment to conserve electricity ENERGY STAR certified for uninterruptible power supply Three-year warranty equipment protection policy Back-UPS BE750G provides guaranteed power and surge protection for desktop computers, wireless networks, gaming consoles and other electronics, 40, EA; LI 002: The Deluxe Mobile Machine Stand is a multi-functional rolling cart featuring a 2" tall containment lip and 5" tall organization drawer. ;Double doors conceal the machine stand's storage compartment with adjustable shelf. Requested Specification:  2"H 2"H containment lip on top 5"H drawer Double doors conceal storage compartment with adjustable shelf Weight capacity of 200 lbs Gray Laminate Ships ready for easy assembly Seller Line Item Details: ;Manufacturer:  Safco Office Furniture ;Part Number: Mfg. #: 1852GR Description: Mfg. #: 1852GR Weight: 109 lbs. Dimensions: Overall: 30 in W x 20-1/2 in D x 36-1/4 in H Material: Laminate, 3, EA; LI 003: L801 SSE7 Requested Specification: Seller Line Item Details:;Manufacturer  : Lexmark / CX Series/Lexmark CX510de/ Part Number:  Remanufactured Lexmark 801S HY Toner Set Description:  Inkcartridges.com offers high yield remanufactured laser toner cartridges exclusively designed for your Lexmark printer. Our remanufactured 801S Lexmark laser toner cartridge set of 4 (black, cyan, magenta and yellow) is the economical solution for maintaining a full supply of toner for the home or office. Each remanufactured 801S toner is built with over 60% new parts and tested to ensure premium print quality on every page. The set is comprised of cartridges that replace the original Lexmark 80C1SK0 / 801SK black, 80C1SC0 / 801SC cyan, 80C1SM0 / 801SM & 80C1SY0 / 801SY yellow. Order with Inkcartridges.com and get it shipped fast! All LD brand supplies are backed by a 2-year guarantee! L801SSET, 10, EA; LI 004: Executive Mobile Lectern, 25- 1/ 4w x 19- 3/ 4d x 46h, Mahogany SAF8918MH Sturdy 3/4" wood construction with stain-resistant laminate finish. Slanted reading surface with pencil tray and cushioned wrist support/paper stop. Side shelf pulls out on left or right to hold equipment or notes. Two curved interior shelves allow speaker to stand close to the lectern., 2, EA; LI 005: Global Enterprise Series High-Back Swivel/Tilt Chair Requested Specification:  Global Enterprise High-Back chair ASIN: B00TA6YAGA Manufacturers Lifetime Warranty. Weight: 39 LB Seller Line Item Details: ;Manufacturer  Global Enterprises ;Part Number  GLB-4560BKPB04 Color Stone ;Description  Global Enterprise High-Back Swivel/Tilt Chair. Sculpted seat and back cushions provide lateral and lumbar support. Product Description: Brand: Global Enterprises Seat: 20.5 ¯*18.5 ¯ Back 20 ¯*21 ¯ Overall height: 43 ¯ to 47 ¯. Supports up to 300 lbs Material: Polypropylene Fabric Waterfall seat design helps alleviate pressure on back of knees Seating with properly contoured cushions enables one to sit longer with less discomfort Manufacturer ™s lifetime warranty GREENGUARD Indoor Air Quality Certified Meets or exceeds ANSI/BIFMA standards; level 3 certified, 5, EA; LI 006: Lemark Toner 1 Lexmark CX510 Black Extra High-Yield OEM Toner 5ea 2 Lexmark CX510 Cyan Extra High-Yield OEM Toner 5 ea 3 Lexmark CX510 Yellow Extra High-Yield OEM Toner 5ea 4 Lexmark CX510 Magenta Extra High-Yield OEM Toner 5Ea, 5, EA; LI 007: Leather Ergonomic High-Back Chair with Graphite Frame Features: ;  Adjustable seat height ;  Adjustable seat depth ;  Adjustable arm height ;  Adjustable arm depth ;  Adjustable arm width (manual) ;  Adjustable arm pivot ;  Adjustable lumbar support ;  Built-in headrest ;  Knee tilt   ;  Tilt tension control ;  Infinite tilt lock ;  Leather upholstery over high-resiliency foam ;  300 lb weight capacity ;  Available with fixed arms upon request ;  Simple assembly Dimensions and Weight  Dimensions:    28"W  x  25-27.5"D  x  45-50"H ;  Seat Dimensions:   22"Wx21-23"Dx16-21"H ;  Back Dimensions:   21"Wx29"H ;  Custom Dimensions:  Seat Thickness: 3"  Weight:   60 lbs. ;  SIN#:   711 18 ;  Lifetime Guarantee ; ;Carton Dimensions:  28"W x 28.5"D x 47"H, 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, 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/4e7afddec280f5682c708de29e99f7bf)
 
Place of Performance
Address: Fort Irwin, CA 92310
Zip Code: 92310
 
Record
SN04658816-W 20170903/170901231527-4e7afddec280f5682c708de29e99f7bf (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.