SOLICITATION NOTICE
71 -- Laboratory cabinets
- Notice Date
- 6/18/2006
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFQ0141191
- Response Due
- 6/30/2006
- Archive Date
- 7/15/2006
- 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued under Request for Quote (RFQ) No. 0141191 and this number shall be referenced on any quotation. The provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. This solicitation is under Simplified Acquisition Procedures (SAP), Far Subpart 13.5, and is a 100% set aside for Small Business. The NAICS is 339111 and the business Size Standard is 500 employees. The contract type is Firm-Fixed-Price. The minimum Requirements are: CLIN 1: Hinged framed glass wall cabinets (36? x 31? x 13?) ? qty 12, CLIN 2: Hinged framed glass wall cabinets (48? x 31? x 13?) ? qty 16: All cabinets are to be of 18-gauge steel construction with framed glass (glass should be 7/32? thick) hinged double doors, with pull handles, sofitted bottoms, two shelves and integral finished backs. All hinges and screws shall be stainless steel. The cabinets shall be mountable to the laboratory top. Color ? Tan and/or medium blue to coordinate with existing cabinetry. CLIN 3: Top (28? x 140?) ? qty 2, CLIN 4: Top (28? x 254?) ? qty 2: All Tops and sides shall be black plastic laminate 1? thick, extend 1? beyond cabinets in all directions, with beveled edges. If tops are not a single piece, seams shall be coordinated with the cabinetry and underlying steel supports. CLIN 5: Peg (drip) board for drying laboratory glassware (24? x 30?) ? qty 6: One peg board shall be mounted on sink-end(s) of each cabinet grouping. They shall be 1? thick black epoxy resin and be cold, heat, chemical, moisture, and impact resistant and able to accommodate a variety of glassware sizes. CLIN 6: Drip trough (4? x 24?) ? qty 6: One mounted beneath each peg board with stainless steel construction and drain spout. CLIN 7: Fluorescent task lights (30? length) ? qty 16, CLIN 7: Fluorescent task lights (42? length) ? qty 20: All Lights shall be 120 V, with on/off rocker switches, ?A? sound rated ballast and 20-guage steel construction. They are to be mounted under the surface to which the cabinets are mounted one beneath each 36? or 48? wide cabinet and have the ability to connect together in a series. CLIN 8: Steel supports (2? x 2? x approx. 20?) ? qty approx. 36: Shall be of 18-gauge steel tube construction and securely mounted to the existing epoxy resin work surfaces as well as the underside of tops (CLIN 3 and 4). Where necessary, braces and/or additional hardware shall be installed to ensure maximal stability of the cabinets mounted above the steel supports and tops. Steel supports shall not be located in the vicinity of work areas located above knee spaces present in the existing base cabinets. Color tan (to match cabinets to be installed) the supporting structures shall be engineered to provide overall strength and stability for the storage system. CLIN 9 Shipping, In-Side delivery and Installation, Trash Removal/disposal - Installation shall not hinder the usage of or require the movement of existing utilities (electrical, vacuum, gas, air, etc.) or utility access. All installers shall require limited background investigations for appropriate security clearances for access to FBI space. All cabinets shall be inspected, adjusted and touched-up as required and area should be left clean. CLIN 10 Warranty state standard commercial warranty on cabinets, drip boards, lights and drip through. All responsible sources who submit a quotation which meets the above stated requirements shall be given consideration. All quotes shall be submitted to Nancy J. Beck, Contract Specialist at the above listed address no later than 3:00 PM EST, June 30, 2006 clearly marked RFQ-0141191. Faxed quotes are encouraged and must state name, address and RFQ 0141191, to the attention of Nancy J. Beck at (202) 324-0570, the original copy of the quote shall follow by mail shall include literature depicting products that have been quoted. Vendors are hereby notified that if your quote is not received by the date/time stated above, your quote shall be considered late. Delivery shall be 30 days after Receipt of Order (ARO) unless a later date has been agreed by both parties the cabinets will be installed in Quantico Building 12, Quantico, Virginia. Quotes must provide individual prices for each item. In addition, offerors must provide three names and phone numbers of previous customers who have acquired similar items within two (2) years. Vendors should provide references where installation has been performed by cleared installers. All future information about this acquisition, including quote amendments will be distributed through the FBO site interested parties are responsible for monitoring the FBO site to ensure that they have the most up-to-date information about the acquisition. The following clauses and provision can be obtained at http://www.arnet.gov/far. Far provision 52.212-1 Instructions to Offerors-Commercial Items (Jan 2006), FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005), Far clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2006). Each offeror shall include a fully executed copy of the FAR provision 52.212-3 Offeror Representations and Certifications Commercial Item (Mar 2005). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical, price and past performance in descending order of importance.
- Place of Performance
- Address: Laboratory Facility,, Quantico, VA
- Record
- SN01072698-W 20060620/060618220229 (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 |