SOLICITATION NOTICE
71 -- Miscellaneous Office Furniture
- Notice Date
- 6/5/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423210
— Furniture Merchant Wholesalers
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W67K3D-7135-0001
- Response Due
- 6/11/2007
- Archive Date
- 8/10/2007
- Small Business Set-Aside
- Total Small Business
- Description
- OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: Miscellaneous Office Furniture SOLICITATION NUMBER: W67K3D-7135-0001 QUOTE DUE DATE: 11 June 2007 POC: Linda Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This 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, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 423210, size standard is 100 Employees. REQUIREMENT: (1) Five (5) Symphony (or equivalent) Double Door Wardrobes. Solid cherry hardwood and veneers, interior has top shelf, coat hook and hangers, mirror 12 x 20, overall dimensions 36 ?W x 20 ?D x 82 ?H. Finish: Mahogany. (2) Two (2) Harm ony (or equivalent) Workstations Ensemble w/Left Ext and Upper Closed. Left-hand return, 3mm thick PVC edge trim on top surfaces, heavy-duty ball bearing slides, wire management grommets, adjustable leveling glides, Shell Credenza Overall Dimensions 66 ?W x 24D x 29 ?H, Upper Closed Shelf Overall Dimensions 66 ?W x 15 ?D x 39 ? H, L-Unit Extension Overall Dimensions 48W x 24D x 29 ?H, Mobile Pedestal Overall Dimensions 15W x 21 ?D x 27 ?H, Keyboard Overall Dimensions 22W x 11D x 3H. Finish: M ahogany. (3) Two (2) Harmony (or equivalent) Workstations Ensemble w/Right Ext and Upper Closed. Right-hand return, 3mm thick PVC edge trim on top surfaces, heavy-duty ball bearing slides, wire management grommets, adjustable leveling glides, Shell Crede nza Overall Dimensions 66 ?W x 24D x 29 ?H, Upper Closed Shelf Overall Dimensions 66 ?W x 15 ?D x 39 ? H, L-Unit Extension Overall Dimensions 48W x 24D x 29 ?H, Mobile Pedestal Overall Dimensions 15W x 21 ?D x 27 ?H, Keyboard Overall Dimensions 22W x 11D x 3H. Finish: Mahogany. (4) Symphony (or equivalent) 2-Drawer Lateral File. Solid cherry hardwood and veneers, integrated file hanging system for both legal and letter size files, locks included on all file drawers, overall dimensions 35W x 19D x 29 ?H. Finish: Mahogany. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated either by reference or full text and the clauses are to remain in full force in any resultant contract: (1) FAR 52.212-4, Contract Terms and Conditions--Commercial It ems; (2) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items, the following clauses are applicable and incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222- 26, Equal Opportunity; FAR 52.225-3, Buy American Act; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36 Payment by Third Party; (4) DFAR 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; (5) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (6) FAR 52.212-1, Instructions to Offeror--Commercial Items; (h) Multiple Awards - delete in it s entirety, the government plans to award a single contract resulting from this solicitation; (7) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items; (8) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items . EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors in ord er of importance: (1) offerors capability to provide a quality product that meets the Government needs; (2) past p erformance, caliber of offerors performance on previous contracts of a similar nature; and (3) total cost and/or price. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the offeror does not become registered in the CCR database by the due date/time of quote, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. Offerors may obtain information on registration at www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Quotes are due NLT 8:00 a.m. MST on 11 June 2007. Quotes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, UT 84020-2000 or e-mailed to Linda.duvall@us.army.mil; facsimiles will not be accepted. A ll quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available). Quote must include speci fications/descriptive literature of items being offered (if other than brands specified), cost/price to include any shipping and handling to 84020 and at least three references (companies who youve provided similar items too) or quote may be considered n on-responsive. Questions may be e-mailed to the address above; no telephone calls will be accepted.
- Place of Performance
- Address: USPFO for Utah P.O. Box 2000, Draper UT
- Zip Code: 84020-2000
- Country: US
- Zip Code: 84020-2000
- Record
- SN01310569-W 20070607/070606084213 (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 |