Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2004 FBO #0801
SOLICITATION NOTICE

J -- RECONFIGURATION OF SYSTEMS FURNITURE

Notice Date
2/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/PKOP, Services Branch, 20 Schilling Circle, Bldg. 1305, 3rd. floor, Hanscom AFB, MA 01731-2800
 
ZIP Code
01731-2800
 
Solicitation Number
F1NI3X33110200
 
Response Due
2/9/2004
 
Archive Date
2/20/2004
 
Point of Contact
Vera Strickland, Contract Specialist,781-377-6779; Pat Forest, Contracting Officer 781-377-2113
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(vera.strickland@hanscom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
i)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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)Solicitation/Purchase Request number F1NI3X33110200 is issued as a Request for Quote (RFQ). (iii)This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-19 effective 07 January 04. (iv)This requirement is set-aside for small business only. The NAICS Code for this synopsis/solicitation is 337214 (Size Standard = 500 Employees). (v)The Government intends to award one contract line item number (CLIN), one (1) lot, for contractor to furnish all parts, labor, materials, tools, equipment and transportation necessary to disassemble and reconfigure furniture and to provide, deliver and install refurbished systems furniture. (vi)The procurement for the reconfiguation is required to have the following specifications; Furnish all parts, labor, materials, tools, equipment and transportation necessary to disassemble and reconfigure existing Haworth System Furniture and to provide, deliver and install refurbished Herman Miller AO2 Systems Furniture as required to Building 1600, second floor located at 45 Arnold Street, Hanscom AFB, MA 01731. Existing furniture will be used, along with new/refurbished furniture that must be compatible with the Herman Miller AO2 and existing Haworth System Furniture. Pieces will be identified during site visit. Building 1600, second floor located at 45 Arnold Street, Hanscom AFB, MA, 01731. The electrical must meet or exceed all Local, State, and Federal Codes. Estimated start date is to be determined depending on product availability etc. Contractor will be given minimum 24 hours notice by the Contracting Officer of any change in schedule. The contractor shall have a supervisor on site at all times during work. The contractor shall be responsible for protecting all government and personal property from damage during performance. The contractor shall furnish all materials except where identified as government furnished. The contractor shall furnish and deliver 100 moving boxes and labels. FAR 52.223-4, Recovered Material Certification applies. The offeror certifies by signing the offer, that the percentage of recovered materials to be used in the performance of this contract will be at least the amounts cited: Moving boxes (folding cartons) Minimum Recycled Content % = 100% and Minimum Post-Consumer Content % = 40 - 80%. Contractor shall clean up the job site completely. The contractor shall remove debris to include unusable/excess system furniture from the work area and Hanscom AFB. The use of government dumpsters is not permitted. Any roll-off brought to the site shall be allowed in a location reasonably proximate to the site considering current security requirements to be determined by the Contracting Officer. The contractor shall provide blankets, pads, dollies, and all materials necessary for the purpose of moving furniture if necessary. The work shall be completed as follows: All electrical work shall be performed as designed on the plans and meet the requirements of the most recent version of the National Electric Code. There shall not be more than two workstations per a dedicated 20 Amp circuit. There will be no shared neutral. Every two workstations shall have a dedicated neutral. All wiring shall be in conduits, sized and installed in accordance with 2002 NEC. The contractor shall modify the existing power distribution panels or add additional panels as needed to accommodate the power requirements as specified above. The modification may include but not limited to additional distribution sub panels, adding breakers to existing panels, etc. The contractor shall coordinate at least two (2) days prior to the start of the project with the Contracting Officer or its designee to obtain a Security Pass for base access and access to building 1600. FOB destination to Hanscom AFB MA shall be included. Quotations that do not include prices for all Requirements will not be considered. (vii)The item must be delivered no later than 30 days after contract award. Deliver to Hanscom AFB, MA. 01731. IAW FAR 52.237.1, Site Visit, offerors are urged and expected to inspect the site where installation is to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (viii)The following provisions and clauses apply to this procurement: FAR 52.212-1, Instructions to Offerors- Commercial. (ix)Evaluation/Award will be made to the responsible offeror whose offer is considered to represent the best value to the Government considering technical acceptability, past performance, and price. Technical and Past Performance, when combined are significantly more important than price. Offerors are required to submit at least three recent references for evaluation of past performance of same or similar services or items. (x)FAR 52-212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); (xi)FAR 52.212-4- Contract Terms and Conditions-Commercial Items; (xii)FAR 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, [in paragraphs (b) and (c) the following clauses apply; FAR 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.232-33]. (xiii)Also included are DFARS 252.204-7004, 252.225-7002, and 252.212-7001, [in paragraph (b) the following clause(s) apply: 252.225-7001]. DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificates apply and must be filled out and submitted with your quotes. FAR 52.252-1, Solicitation Provisions and 52.252-2, Clauses Incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil/ . (xvi)All offers are due no later than 3:00PM (Eastern Standard Time) 09 Feb 04. (xvii)Offers may be mailed to ESC/PKOP, ATTN: Vera Strickland, 20 Schilling Circle, Bldg 1305, 3rd Floor, Hanscom AFB, MA 01731-2800, emailed to vera.strickland@hanscom.af.mil, or faxed to (781) 377-0339 ATTN: Vera Strickland. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00515639-W 20040206/040204212057 (fbodaily.com)
 
Source
FedBizOpps.gov 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.