MODIFICATION
72 -- OFFICE AND BREAKROOM EQUIPMENT
- Notice Date
- 8/1/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- PO BOX 105099, Fort Irwin, CA 92310
- ZIP Code
- 92310
- Solicitation Number
- FORTIRWINDHRJRRMPD108106
- Response Due
- 6/13/2018
- Archive Date
- 12/10/2018
- 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
- CANCELLATION NOTICE: 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 FORTIRWINDHRJRRMPD108106 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 2005-98. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-98 with a small business size standard of $20.50M. 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 2018-06-13 16:30:00.0 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: Model 2226CC/3WO High Security Paper Shredder Requested Specification: Ergonomic easy switch with auto start/stop, reverse and a bag full/door open Indicator Safety Protection System (SPS) with electronically controlled safety shield to protect fingers, and prevent overfeeding Energy Savings Mode (ESM) shuts off power when not in use Easy switch control panel with intelligent controls and illuminated symbols for operational status of the shredder Mounted on casters for easy relocation Includes Basic Start-Up Kit with one gallon of conventional cutting head oil and a package of waste collection bags TAA Compliant Options and accessories: Waste collection bags - #130A, case of 50 bags Case of oil (4 gallons) - #647OILHV Deployment case 220V/230V 50Hz is also available Description:Security Level - NSA NSA/CSS 02-01 Security Level - DIN 66399 Bin Capacity 28 gallon bin Motor 1 HP Power 115V/60Hz or 220V/50Hz Auto Start-Stop Yes Door Open/Bag Full Indicator Yes Factory Installed Auto Oiler Yes Oiler Reservoir 1 gallon Starter Kit Basic Safety Protection System Yes Energy Savings Mode Yes Electronic Capacity Control Yes Easy Switch Yes Dimensions HxWxD) 36.5" x 19.5" x 18.5 Weight 106 lbs Warranty1 year non-wear parts/90 days labor Level P-7 Shred Size 0.8mm x 5mm Sheet Capacity Up to 11 1 Hour NSA Durability Test 15 reams/feeding 6 sheets Feed Opening 10.25 ., 6, EA; LI 002: Lotus Sit-Stand Workstation - Black Manufacturer: Fellows Inc. Part Number: 0007901 Requested Specifications: Desktop height 5.5 width 32.8 depth 24.3 weight 50lb Material: steel plastic phenolic resin Description: The Lotus Sit-Stand Workstation makes it effortless to add movement to your workday for improved wellness. Patent-pending Smooth Lift Technology keeps your workstation stable and makes changing positions effortless. It features 22 different height settings and 17" of vertical adjustment so you can work in a position that's perfect for you. Innovative cord management and device charging slot allow your entire work space to move freely with you. Workstation arrives fully assembled - no complicated instructions and no mounting. Simply unpack and get started. Workstation is compatible with Fellowes Lotus Dual Monitor Arm Kit. BIFMA Tested unit holds up to 35 lb. More from the Manufacturer, 4, EA; LI 003: Shop-Vac Mobile Air Circulator Manufacturer: Shop-Vac Corporation Part Number: 1033100 Requested Specifications: Portable Fan 14 blade span Description: Air circulator with three speed settings features a telescopic handle and integrated wheels for easy transportation. Floor-level cooling design does not blow air in the operator's face. Corrosion-resistant, stainless steel outer shell withstands harsh environments for lasting performance. Heavy-duty, molded fan blade delivers consistent, high-volume air movement. Convenient cord wrap allows fast, simple storage to prevent damage to the wiring., 7, EA; LI 004: Memory Foam Seat - Black - Faux Leather, Polyurethane - 32.8" Width x 27.8" Depth x 42.3" Height Part : LZB48081 Faux leather with high abrasion-resistance (commercial-grade) High back with flexible lumbar support to conform with your movement Gel-infused memory form for premium comfort seat Heavy-duty arms and base Center pivot seat plate is cable-actuated for easy use Executive chair features durable, commercial-grade faux leather that passes the 200K abrasion test. Flexible, kinetic lumbar support promotes active movement and neutral posture while providing continuous proper lumbar support. Premium comfort-core seat provides luxurious seating with gel-infused memory foam. Sturdy construction includes heavy-duty embossed base, arms with solid polyurethane arm pads, and base as well as cable-actuated, center pivot seat plate. Weight capacity is 300 lb. capacity. Chair is BIFMA rated. Maximum load capacity 300LB, 12, EA; LI 005: CX510de Multifunction Color Laser Printer, Copy/ Fax/ Print/ Scan Item # LEX28E0500 Requested Specification: Ability to perform color copying, faxing, scanning and printing jobs. Professional color matching function features Pantone calibration system. Super fast printing and quiet output. Includes automatic duplex printing. Seven inch color touch screen for easy operation. Includes hard drive. Ability to perform color copying, faxing, scanning and printing jobs. Professional color matching function features Pantone calibration system. Super fast printing and quiet output. Seven inch color touch screen for easy operation. Includes hard drive. 4,000*-page color (CMY) toner cartridges, 8,000*-page black toner cartridge, black and color imaging kit (contains PC unit and developer units), software and documentation CD, power cord(s), setup guide or sheet (network and local attachment), statement of limited warranty /guarantee, Lexmark Cartridge Collection Program information, 2, EA; LI 006: Color LaserJet Pro MFP M281fdw Multifunction Laser Printer, Copy/ Fax/ Print/ Scan Item # HEWT6B82A Requested Specification: Get fast in-class two-sided printing speed and First Page Out Time (FPOT). Breeze through tasks with a 50-page automatic document feeder. Scan digital files directly to email, network folders, and more. Count on high-quality color and more pages with Original HP Toner cartridges with JetIntelligence. Spend less time replacing toner, with optional high-yield cartridges. Print and scan from your smartphone, and easily order toner, with the HP Smart app. Steady performance from dual band Wi-Fi . Connect your smartphone or tablet directly to your printer and easily print without accessing a network. Make an impact with high-quality color and increased productivity. Get fast in-class two-sided printing speed and First Page Out Time (FPOT). Scan, copy, and fax. Count on simple security solutions and get easy mobile printing. Includes installation guide, power cord, USB cable, printer documentation and software on CD-ROM, 2, 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/3d0f46d977c6a679646407f7e7d61370)
- Place of Performance
- Address: FORT IRWIN, CA 92310
- Zip Code: 92310
- Zip Code: 92310
- Record
- SN05015465-W 20180803/180801231234-3d0f46d977c6a679646407f7e7d61370 (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 |