Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2023 SAM #7841
MODIFICATION

71 -- Furniture for Sleep Study Laboratories

Notice Date
5/15/2023 7:25:09 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337122 — Nonupholstered Wood Household Furniture Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B23Q0105
 
Response Due
5/25/2023 9:59:00 PM
 
Archive Date
06/09/2023
 
Point of Contact
Aaron Dimeo
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0105 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated NAICS code is 337122 - Nonupholstered Wood Household Furniture Manufacturing; with a small business size standard of 750 employees and the PSC code is 7105. This solicitation is a 100% Total Small Business Set-Aside. The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) has the need for the following products: 001) Platform Beds 002) Writing Desks 003) Wardrobes Scope: The United States Department of Agriculture, Agricultural Research Services (USDA-ARS) Midwest Area (MWA) Administrative Office�s Acquisitions & Personal Property/Fleet Team on behalf of the USDA-ARS Grand Forks Human Nutrition Research Center (GFHNRC) located at 2420 2nd Avenue North, Grand Forks, ND 58203 is requesting quotes for dark mocha colored platform beds, writing desks, and wardrobes. Background: Furniture is needed for ten newly renovated sleep study laboratories. In the process of planning the renovation of the MRU and sleep rooms, furniture of certain dimensions was sought due to the limited space in the rooms. Engineer needed to design for ADA compliance with no additional space with current building design. This had to be designed around smaller furniture dimensions.� Technical Requirements: Provide furniture to match the required dimensions/color/cleaning capabilities. Platform Bed 37?d x 84?w x 17.5?h in Dark Mocha color. Quantity: 10 Writing Desk: Pedestal Desk 24?d x 36.75?w x 30.5?h in Dark Mocha color. Quantity: 9 Wardrobe | Double Door | Double Drawer Model: 24?d x 37?w x 74.75?h in Dark Mocha color. Quantity: 9 Require furniture that offers residential composition with commercial durability. Topcoat that withstand fluid, food, scratches, heat and UV light as it�s non-reactive chemistry and other distinctive characteristics enable it to hold up to the rigors and unpredictable circumstances that arise in student sleeping areas. Be able to clean with heavy strength detergents, bleach, steam or any over the counter chemicals to keep rooms free from harmful bacteria, viruses, and other pathogens. Brand name or equivalent/equal: Lowell Platform Bed � GL9ND Lowell Writing Desk - GL3ANP Lowell Wardrobe - GL6C2 Key Deliverables: Platform Beds; Color: Dark Mocha; Quantity: 10 Writing Desks; Color: Dark Mocha; Quantity: 9 Wardrobes; Color: Dark Mocha; Quantity: 9 Shipping/Freight/Delivery Delivery: Must be able to deliver by 07/05/2023 upon completion of renovation. Delivery to: USDA-ARS GFHNRC 2420 2nd Avenue North, Grand Forks, ND 58203 Contact for building access upon delivery: TBD at time of award. Evaluation Factors: Pursuant to FAR 52.212-2, the criteria for evaluation and basis for award will be Lowest Price, Technically Acceptable (LPTA). Technical acceptable is define as meeting ALL of the technical requirements identified on the Statement of Work and reiterated in the solicitation description. The Government intends to make one Firm-Fixed Price award based on the lowest price technically acceptable (LPTA) quote received. ""LPTA"" means the best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. The lowest priced quote will be evaluated first; if NOT found technically acceptable, the next lowest priced quote will be evaluated, and so on until a technically acceptable quote is identified. The Government will NOT review higher priced quotes if the lowest (or a lower) priced quote is determined to be technically acceptable. Submitting a Quote: Failure to demonstrate compliance with ALL instructions presented herein will constitute sufficient cause to reject a quote without further discussions. All responsible sources may submit a quote which will be put into considered for award. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. The applicable FAR clauses and provisions for this acquisition are included in the attachments to this solicitation. The Government anticipates making one Firm-Fixed Price award. Vendors responding to this announcement shall submit their quote�along with all other requested and required documentation (such as completed clauses and provisions) to be included as part of ALL offeror�s responses. The quote should include any and all fees, charges, and/or surcharges. This will be a tax-exempt purchase. The solicitation attachments include FAR clauses, a Statement of Work (SOW), Specifications, and FAR provisions. Be sure to read and review ALL of the attachments and to complete any and ALL additional documentation required as part of your quote submission. Of critical importance is to review the SOW as it contains the requirements for this acquisition. In addition, all submissions should include the FAR clauses and provisions completed in their entirety. The FAR clauses and provisions constitute the terms and conditions for submitting a quote in response to this solicitation as well as the terms and conditions of the anticipated award. The FAR provisions apply to the solicitation and submission of quotes. The FAR clauses apply to the solicitation and submission of quotes as well as to the resulting award. The FAR clauses will be included as part of the resulting award. Please review ALL of the FAR clauses and provisions and be certain to complete all of the FAR clauses and provisions that require the offerors impute (i.e. all boxes are checked, blanks are filled in, and tables are completed). Please provide a completed copy of the AGAR clause AGAR 452.211-71 (Equal Products Offered) and the FAR provisions FAR 52.204-24 (Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment), FAR 52.212-3 (Offeror Representations and Certifications - Commercial Products and Commercial Services), and FAR 52.225-18 (Place of Manufacture) with your quote. Please ensure your quote will be current and that the price quoted will NOT expire for a minimum of 30 days. To be eligible to be put into consideration for award, ALL vendors who respond to this solicitation must be registered in the System for Award Management (SAM) with a current and active registration at the time their quote is submitted. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A Unique Entity Identifier (UEI) number is required in order to register. Vendors must also include their UEI# on their quote. Vendors should also include their SAM status as well as the business size and socio-economic status(es) for the applicable NAICS code. As the Buy American Act applies to this acquisition, vendors should provide the full legal name of the manufacturer as well as the manufacturing location�s full street address (for USA made) or the country of origin (for foreign made) products included in their quote. A statement or certification from the manufacturer as to the manufacturing street address or country of origin would be preferred. Also, be certain all quotes included the vendor�s full legal name, physical address, individual unit prices for all items quoted, line item prices, the total quoted price, an estimated time to delivery or completion, the quote submission date, the quote expiration date, and all other relevant information. The submission and payment of invoices on the resulting award will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting award. Invoices to be billed quarterly in arrears. Questions in regards to this combined synopsis/solicitation must be submitted through email to aaron.dimeo@usda.gov (NO calls with questions will be accepted) and are due by NO later than�Monday, May 22, 2023 at 7:59 AM Central Time (CT). Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government. Only electronic submissions made via email will be accepted (NO verbal quotes made by phone call, quotes submitted by USPS mail, or quotes submitted in the body of an email). Please email all quotes in writing along with completed FAR provisions as well as ALL other requested and required documentation to�aaron.dimeo@usda.gov by NO later than�Thursday, May 25, 2023 at 11:59 PM�Central Time (CT). NOTE: Be absolutely certain to reference the RFQ number �12505B23Q0105� and/or title of the solicitation �Furniture for Sleep Study Laboratories� in the subject, body, and/or attachments on your quote submission email to ensure your submission can be located and attributed to this solicitation. Failure to do so could potentially result in your submission being deemed �unresponsive� and as a result your quote may NOT be put into consideration for award (as your quote may NOT be located when searching the recipients email to ensure all responses to the solicitation have been logged before making an award determination).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c2a474fd733a44308291e1bbfd14ec7d/view)
 
Place of Performance
Address: Grand Forks, ND 58203, USA
Zip Code: 58203
Country: USA
 
Record
SN06682023-F 20230517/230515230112 (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.