Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
SOLICITATION NOTICE

71 -- AIR GRID ERGO-ADJUST CHAIRS

Notice Date
8/4/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
96860-4549
 
Solicitation Number
N0060406T0608
 
Response Due
8/11/2006
 
Archive Date
8/12/2006
 
Point of Contact
FRANCINE MATSUURA 808-473-7681
 
Description
The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor Hawaii intends on awarding a single, firm-fixed price contract for the acquisition of the following noted line items. This procurement is 100% set-aside for small business concerns. This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6 using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-06-T-0608. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-12 and DFARS Change Notice 20060711. It is the contractor’s responsibil! ity to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dars/dfars/index.htm. The NAICS code is 337214 and the Small Business Standard is 500. This is a 100% Small Business Set-Aside. The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor Hawaii requests responses from qualified sources capable of providing: (230) EACH - AIR GRID ERGO-ADJUST CHAIRS OR EQUAL, MODEL Y3923 OR EQUAL FULL ERGONOMIC ADJUSTMENTS INCLUDE PNEUMATIC LIFT HEIGHT, 360 DEGREE SWIVEL, HEIGHT ADJUSTABLE LUMBAR SUPPORT, TILT/TENSION ADJUSTMENT AND TILT LOCK TO LOCK CHAIR IN UPRIGHT POSITION WHILE KEYING. UNIQUE 2-TO-1 SYNCHRO TILT (BACK RECLINES AT 2-TO-1 RATIO TO SET ANGLE) ALLOWS USER TO RECLINE WHILE KEEPING SEAT CUSHION RELATIVELY LEVEL TO FLOOR. EXTRA WIDE, PADDED ARMRESTS FOR FOREARM COMFORT. STURDY METAL BASE AND ARMRESTS ARE FINISHED IN CONTEMPORARY PLATINUM. SEAT MEASURES 20"W X 20"D. BACKREST MEASURES 23"H. MEASURES 27-1/2"W X 27"D X 44"H OVERALL. SHIPS UNASSEMBLED. PROVIDE ESTIMATED DELIVERY DATE. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement by reference: FAR 52-212-1 - Instruction to Offerors – Conditions – Commercial Items, 52.212-3 – Offeror, Representatioins and Certifications – Commercial Items, 52-212-4 - Contract Terms and Conditions—Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items with the following FAR clauses by reference: 52.219-6, Notice of Total Small Business Set-Aside, 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, 52.222-35 – Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 – Affirma! tive Action for Workers with Disabilities, 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans, 52.225-13 – Restrictions on Certain Foreign Purchases, 52.232-33 – Payment by Electronic Funds Transfer—Central Contractor Registration, Quoters shall include a completed copy of 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 52.232-25 - Prompt Payment, DFARS 252.204-7001 - Commercial And Government Entity (CAGE) Code Reporting, 252.204-7004 - Required Central Contractor Registration Alternate A, 52.211-6 - Brand Name or Equal. Additional contract terms and conditions applicable to this procurement are: 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 22.225-7001 – Buy American Act and Balance of Payments Program, 252.232-7003 – Electronic Submissio! n of Payment Requests, 252.247-7023 – Transportation of Supplies by Se a, 252.232-7010 – Levies on Contract Payments. Local clauses are included as follows: SPS Consolidated Servicer Time Zone. All interested parties are hereby advised that the date and time for the Contracting Officer signature and the release of this contractual document are based on US Central Time Zone. All other dates and times are based on local time. To calculate your time in relation to US Central Time Zone, vendors may visit the following url: http://www.timeanddate.com/worldclock/converter.html. Disclaimer: this site is not owned or maintained by the U.S. Government and therefore isn't warranted to be correct. This URL is provided as a convenience only and is not intended to preclude use of other time conversion devices. European Union Restrictions regarding Nonmanufactured Wood Packaging and Pallets - All European shipments with wood pallets and wood containers produced of nonmanufactured wood shall be constructed from Heat Treated (HT to 56 degrees Centigrade for ! 30 minutes) material and certified by an accredited agency recognized by the American Lumber Standards Committee (ALSC) in accordance with Nonmanufactured Wood Packing Policy and Nonmanufactured Wood Packing Enforcement Regulations dated May 30, 2001. Reference: http://www.aphis.usda.gov/ppq/swp/eunmwp.html for information and material sources. Unit Prices - Contractor’s unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA. Review of Agency Protest - (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protests in accordance with the requirements set forth in FAR ! 33.103(d). (b) Pursuant to FAR 33.103(d)(4), agency protests may be fi led directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Deputy Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the “Contracting Officer” or “Reviewing Official”. (d) Offerors should note this review of the Contracting Officer’s decision will not extend GAO’s timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. This announcement will close at 1200 on 11AUG06. Contact Francine Matsuura who can be reached at 808-473-7681 or email francine.matsuura@navy.mil. All responsible sources may submit a quote, which shall be considered by the agency! . See Numbered Note: 1. 52.212-2, Evaluation – Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors – a combination of price and delivery. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060406T0608/listing.html)
 
Record
SN01107564-F 20060806/060804230427 (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 |
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.