Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 27, 2018 FBO #6152
SOLICITATION NOTICE

71 -- OPS Center Consoles, Conference Table & Furniture

Notice Date
9/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
7701 Telegraph Rd, Alexandria, VA 82315
 
ZIP Code
82315
 
Solicitation Number
PANAGC-18-P-0000000783
 
Response Due
9/26/2018
 
Archive Date
3/25/2019
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
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 PANAGC-18-P-0000000783 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 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 500.00 employees. 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 2018-09-26 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The Army Geospatial Center requires the following items, Brand Name or Equal, to the following: LI 001: Red Box Installation Kit (nuts and bolts required to assemble furniture), 1, EA; LI 002: 24/7 High Back Chair, Black. WINSTED model # 11745 or equal to., 6, EA; LI 003: Single Bay Stringer. WINSTED model #56002 or equal to., 9, EA; LI 004: Triple Bay Stringer. WINSTED model #56006 or equal to., 3, EA; LI 005: Single Bay Hinged Cover. WINSTED model #56042 or equal to., 9, EA; LI 006: Convex Corner Cover, 15 Degree. WINSTED model #56056 or equal to., 6, EA; LI 007: Sight-Line End Frames. WINSTED model #56061 or equal to., 3, EA; LI 008: Sight-Line Intermediate Frame. WINSTED model #56062 or equal to., 12, EA; LI 009: Ascend End Frames. WINSTED model #56063 or equal to., 3, EA; LI 010: 3-Bay Covers For Ascend. WINSTED model #56076 or equal to., 3, EA; LI 011: Bottom Shelf. WINSTED model #56082 or equal to., 18, EA; LI 012: Actuator/Table End Mntg Brkts. WINSTED model #56140 or equal to., 3, EA; LI 013: 76" Actuator Stringer. WINSTED model #56146 or equal to., 3, EA; LI 014: Ascend 3 Bay Hat Channel. WINSTED model #56147 or equal to., 3, EA; LI 015: 15 Degree Convex Corner. WINSTED model #56186 or equal to., 6, EA; LI 016: 3/4"H Versa Track for 56586. WINSTED model #56243 or equal to., 3, EA; LI 017: Work Surface Support Bracket. WINSTED model #56262 or equal to., 9, EA; LI 018: Vented Door. WINSTED model #56302 or equal to., 24, EA; LI 019: Shark Gray Side Panels. WINSTED model #56520 or equal to., 3, EA; LI 020: TruForm Sides For Ascend. WINSTED model #56526 or equal to., 3, EA; LI 021: Cable Follower. WINSTED model #56989 or equal to., 6, EA; LI 022: 1-Bay Laminate w/Safeguard. WINSTED model #57802 or equal to., 9, EA; LI 023: 15 Deg Convex Lam w/Safeguard. WINSTED model #57816 or equal to., 6, EA; LI 024: 3-Bay Ascend Lam w/Safeguard. WINSTED model #57846 or equal to., 3, EA; LI 025: Conference Room Table 14'X 4'. WINSTED model #M4568 or equal to., 1, EA; LI 026: Door w/CPU Shelf. WINSTED model #W5651 or equal to., 12, EA; LI 027: 6 Outlet 15' Cord for Ascend. WINSTED model #W5657 or equal to., 3, EA; LI 028: 2 Adj Legs and Controller. WINSTED model #W5742 or equal to., 3, EA; LI 029: Dual Articulating LCD Mount. WINSTED model #W5777 or equal to., 12, EA; LI 030: CPU Shelf. WINSTED model #56087 or equal to., 12, EA; LI 031: 6 Outlet 15' Cord & Mntg Brkt. WINSTED model #W5656 or equal to., 12, EA; LI 032: Universal Task Chair Blk Fabric. WINSTED model #11760 or equal to., 12, EA; LI 033: Steelcase table tops, personal tops “ 36 , arctic white 2L30 laminate., 2, EA; LI 034: Steelcase legs & bases, café-height round table bases “ 41 H, platinum metallic 4799 paint, 2, EA; LI 035: Steelcase Move Stool with arms, glides, wasabi color, overall depth “ 20.25 , overall width “ 25.75 , overall height “ 42.5 , functional seat depth “ 16.875 , seat width “ 18.25 plastic, seat height from floor “ 29 plastic, back width “ 19 , back height from seat “ 15.5 plastic, frame color platinum metallic, 4, EA; LI 036: Delivery, unpack, assemble and install per attached Statement of Work., 1, 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, Army Geospatial Center 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. Army Geospatial Center 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 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): 52.222-21, 52.222-26, 52.222-23, 52.222-36, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. Offerors shall provide all requested items. Partial Bids/Quotes/Offers will not be accepted. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 1,000 employees. The government intends to award this Lowest Price Technically Acceptable (LPTA). INVOICE SUBMITTAL INSTRUCTIONS: All invoices must be submitted as follows: Invoice. (1) The contractor shall submit an original invoice and ONE copy (electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include “ (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number, and if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading. The Contractor ™s FINAL invoice shall be submitted within 45 days after the final period of performance date specified in the contract. Email original invoices to: cefc-V0invoices@usace.army.mil USACE FINANICAL CENTER ATTN: CEFC-AO-P 5722 INTEGRITY DRIVE MILLINGTON, TN 38054-5005 Phone: 904-874-8611 Fax: 904-874-8732 or 8732 Email a copy of the invoice to: POC TBD FAR 52.202-1, Definitions; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, System for Award Management; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-13, System for Award Management Maintenance; 52.207-4, Economic Purchase Quantity-Supplies; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.214-34, Submission of Offers in the English Language.; 52.214-35, Submission of Offers in U.S. Currency.; 52.219-1. Alt I, Small Business Program Representation; 52.222-50, Combating Trafficking in Persons; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.225-1, Buy American Act Supplies; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.232-23, Assignment of Claims; 52.232-37, Multiple Payment Arrangements; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.; 52.233-1, Disputes; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.243-1, Changes Fixed Price; 52.246-16, Responsibility for Supplies; 52.246-17, Warranty of Supplies of a Noncomplex Nature; 52.246-23, Limitation of Liability; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.253-1, Computer Generated Forms; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, System For Award Management, Alternate A; 252.204-7006, Billing Instructions; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure Information to Litigation Support Contractors; 252.211-7003, Item Unique Identification and Valuation; 252.223-7001, Hazard Warning Labels; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments,; 252.243-7001, Pricing of Contract Modifications; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.247-7023 Transportation of Supplies by Sea.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ca61451618068adf54717813539db7e)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN05105255-W 20180927/180925231521-3ca61451618068adf54717813539db7e (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.