Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2020 SAM #6846
SOLICITATION NOTICE

71 -- Scanner stands

Notice Date
8/25/2020 3:43:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
EXEC OFC FOR IMMIGRATION REVIEW FALLS CHURCH VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
15JE1R-20-PR-0618
 
Response Due
9/1/2020 10:00:00 AM
 
Archive Date
09/16/2020
 
Point of Contact
Jim Driscoll, Patricia Hoffman
 
E-Mail Address
james.driscoll@usdoj.gov, patricia.hoffman@usdoj.gov
(james.driscoll@usdoj.gov, patricia.hoffman@usdoj.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 15JE1R-20-PR-0618 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. Offers are due by 1:00 p.m. (EST) on Tuesday, September 1, 2020. FOB Destination to all court locations identified on the attachment. Delivery shall be no later than 14 days after receipt of order. The Department of Justice (DOJ), Executive Office for Immigration Review (EOIR) requires the following, Brand Name or Equal.� If quoting another product, please provide documentation that it meets the size and characteristics of the Safco product. Safco Deluxe Machine Stands (#1872BL) or equal, 195 ea.� Inside delivery, assembly/installation, and debris removal for each delivery location. The attachment indicates the Court Name; Site POC; Delivery Address; Quantity Ordered by Location; as well as Delivery Instructions that need to be followed for each site when making delivery.� The ten (10) priority locations are highlighted in YELLOW.� The following indicate in which order the priority locations are to receive the items: Arlington; (2)�Hartford; (3) Boston; (4) Houston; (5) Houston Southwest; Los Angeles Van Nuys; (7) Honolulu; (8) Saipan; (9) Los Angeles Detained; and (10) Adelanto 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 Representation; 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 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 � see attachment for all shipping locations NEW EQUIPMENT ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 30 days The 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 Clauses may be accessed electronically at www.acquisition.gov; and are current to the most recent revision dates posted on this site. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. See Attachment for locations �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6518d2be6414488d9c248b91cbcbfa68/view)
 
Place of Performance
Address: Falls Church, VA 22041, USA
Zip Code: 22041
Country: USA
 
Record
SN05773199-F 20200827/200825230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.