Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

71 -- Waiting Room Chairs

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Branch, Portfolio Procurement (10PDC), 400 15th Street SW, Auburn, WA, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-RFQ-04-0701
 
Response Due
8/5/2004
 
Point of Contact
Ted Mahoney, Contracting Officer, Phone 253-931-7678, Fax 253-931-7384, - Wayne Benjamin, Contracting Officer, Phone 253-931-7290, Fax 253-931-7395,
 
E-Mail Address
ted.mahoney@gsa.gov, wayne.benjamin@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 12.3 will be used for acquisition of this commercial item. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation Number GS10P-RFQ-04-0701 is being released using simplified acquisition procedures as described in Federal Acquisition Regulation 12.3, and is therefore issued as a request for quote (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. SF 18 is attached. The Government intends to award a firm-fixed-price contract for stackable chairs. The chairs are required to support the Department of Homeland Security program office In Seattle, Washington. THIS IS A REQUEST FOR COMPETITIVE QUOTES. Responsible interested parties may submit information in which they identify their interest and capability. Contractors will need to provide the Brand Name or Equal Chairs assembled and installed as follows; (Quantity 209) 2nd Floor visitor waiting; (Quantity 167) 1st floor public waiting; (Quantity 1) EAD 1st floor, (Quantity 4) 1st floor reading room, (quantity 10) 2nd floor break room, and (Quantity 16) 1st floor break room. Provide any additional costs for installation and set up cost, material cost, shipping costs, any other costs and any discounts. The RFQ contains the technical description of the requested chair. Installation is required however; removal of existing furniture is not required. ** Interested persons may identify their interest and capability to respond to the requirement or submit proposals. The associated North American Industry Classification Systems (NAICS) code for this requirement is 423210 with a size standard of 100 employees. The quote, along with completed representations and certifications is due by 5 August 2004 (see SF18). Award is anticipated no later than 15 August 2004 with requested delivery in September 2004. Prices are to be FOB Destination to Receiving Officer, DHS Facility Seattle WA. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverables listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JAN 2004) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is considered to be most advantageous to the Government; price and delivery date will be considered. The following factors shall be used to evaluate offers: (1) Price. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ALT I -- COMMERCIAL (JAN 2004) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2003) is incorporated by reference and applies to this acquisition. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2004) applies to this acquisition. (a) The Contractor agrees to comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (E.O. 11755); and (2) 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor agrees to comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items or components: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402); (2) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3)), (3) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L 103-355, section 7102, and 10 U.S.C 2323)(if the offeror elects to waive the adjustment, it shall so indicate in its offer), Alternate I; (4) 52.211-6 Brand Name or Equal (AUG 1999); (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (6) 52.222-26, Equal Opportunity (E.O. 11246); (7) 52.222-35, Affirmative Action for Special Disabled Veterans and Veterans of the Vietnam Era Veterans (38 U.S.C. 4212); (8) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (9) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (10) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O.13126). (11) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (e) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to include any FAR clause, other than those listed below (and as may be required by an addendum to this paragraph to establish the reasonableness of prices under Part 15), in a subcontract for commercial items or commercial components-(1) 52.222-26, Equal Opportunity (E.O. 11246); (2) 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); (4) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (46 U.S.C. 1241), and (5) 52-204-7 Central Contractor Registration (Oct 2003). **End of clause** Offeror shall include a completed copy of REPRESENTATIONS AND THIS NOTICE IS A REQUEST FOR COMPETITIVE QUOTES. Responsible interested parties may submit information in which they identify their interest and capability. Quotes are due to Linda DeLap, Contract Specialist, GSA PBS Procurement Division (10PDC), 400 15th Street SW, Auburn WA 98001 by 3:00 P.M. Pacific Standard Time, 5 August 2004. Facsimile proposals shall be accepted at (253) 931-7395. The Government will not pay for any information received. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Linda DeLap, Tele#253-931-7055 or via e-mail: linda.delap@gsa.gov If an offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above @ facsimile (253-931-7395) or telephone (253-931-7055). **END SYNOPSIS/SOLICITATION # GS10P-RFQ-04-0701. **
 
Place of Performance
Address: Seattle WA
Zip Code: 98169
Country: USA
 
Record
SN00629822-W 20040725/040723212854 (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.