Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOLICITATION NOTICE

71 -- Cafeteria Furnishings

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street Bldg #21, Room 2B218, Columbus, OH, 43218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HQ042307T0011
 
Response Due
7/13/2007
 
Archive Date
7/28/2007
 
Description
This is a combined synopsis/solicitation for commercial items/services 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; quotes are being requested and a written solicitation will not be issued. All responsible sources may submit an offer/quote which shall be considered. The solicitation number is HQ0423-07-T-0011. The solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2001-26, Effective 20 Dec 04. This requirement is unrestricted. The contract line item number(s) are as follows: CLIN QTY DESCRIPTION 0001 6 EA Single Booth w/Oak End Panels. Refer to the salient features with the SOW. 0002 7 EA Double Booth w/Oak End Panels. Refer to the salient features within the SOW. 0003 10 EA 48? Rectangular Tables. Refer to the salient features within the SOW. 0004 4 EA High Top Tables with Stools. Refer to the salient features within the SOW. 0005 1 LT Installation. To consist of receiving, delivery from the DFAS dock to the cafeteria, setup including leveling and trash removal. Description of requirement for the items to be acquired: STATEMENT OF WORK Document KOACO7RC742 3.1 Introduction: The Defense Finance and Accounting Service has a requirement for the purchase, delivery and installation of new cafeteria booths and tables. The Department of Defense (DoD) Green Procurement Policy (GPP) requires green products and services for the cafeteria booths and tables. Reference U.S. Environmental Protection Agency, Comprehensive Procurement Guidelines at the following web site: http://www.epa.gov/epaoswer/non-hw/procure/products/htm. The installation is to be provided to the Defense Accounting and Finance Service (DFAS) Columbus Center, Building 21, Cafeteria, 3990 East Broad Street, Columbus, Ohio 43216. 3.2 Scope of Work: The Contractor shall purchase, deliver and install cafeteria booths and tables in accordance with the specific requirements in 3.8. The Contractor shall furnish equipment needed to perform installation and disposal of debris. 3.3 Days and Hours of Operation: Normal hours of operation at the DFAS Columbus Center are Monday through Friday, 7:00 AM to 4:30 PM. The installation of booths shall not be performed during the hours of lunch 11:00am ? 1:00pm. 3.4 Management Required: The Contractor shall provide the Contracting Officer in writing with the name(s) and phone number(s) of the Project Manager and/or alternate immediately upon contract award. 3.4.1 Project Manager: The term ?Project Manager,? means a person designated in writing by the Contractor, who has complete authority to act for the Contractor in every detail during the term of the contract. The Project Manager shall have signature authority for receipt, inspections, installation and all other correspondence on behalf of the Contractor. The Project Manager shall be responsible for the competent performance of all the work done by Contractor personnel. The Project Manager shall be responsible for the overall management and coordination of all work, and shall act as a central point of contact with the Government. 3.4.2 Contractor?s Employees: The Contractor shall furnish and supply a fully qualified work force to perform all work specified within the contract. The Contracting Officer may require the dismissal of any Contractor employee and/or subcontractor employee from this work site who is identified as a potential threat to the health, safety, security, general well being or operational mission of the building and its population. The Contracting Officer may require the Contractor to remove any employee from the job site who is found to violate the Disciplinary Rules or Standards of Conducts applicable to federal employees. The removal from the job site of such person(s) shall not relieve the Contractor of the requirement to provide sufficient personnel to perform adequate and timely services. 3.5.1 Conflict of Interest: The Contractor shall not employ any person who is an employee of the United States Government if the employment of that person would create a conflict of interest. Contractor employee(s) shall not loiter around the DFAS Columbus Center during off duty hours. Provide the Government Point of Contact (GPOC), elsewhere named in this award, with the name of contractor personnel requiring access and their expected date/time of arrival at the earliest practical moment. The GPOC will initiate actions in accordance with current DFAS Columbus procedures concerning visitors. 3.5.2 Contractor Identification: The Contractor employee(s) must wear some distinctive clothing or material identifying the Selected Contractor. Badges shall be conspicuously displayed at all times. The Contractor employees are subjected to same security rules as federal employees including random gate checks. 3.6 Site Visit: We will be able to schedule a site visit so as the Contractor will be able to verify actual requirements prior to submittal of a proposal for this contract by reviewing the building plans. Failure to review these plans shall not release the Contractor from performing the contract in accordance with this Statement of Work Statement (SOW). A site visit may be arranged with Maria Kobelenske at 614-693-7906 or Kathryn Rivard at 614-693-5347. 3.7 Protection and Damage: The Contractor shall provide all labor, materials, and equipment necessary for the protection of the general public, equipment, furnishings, buildings, and improved grounds from damage caused by the Contractor?s negligence. Equipment, furnishings, buildings, and improved land damaged due to work performed by the Contractor shall be repaired or replaced to its original condition and furnished at no additional cost to the Government. 3.7.1 Disposal of Debris: The Contractor?s debris from work shall be removed from the DFAS Columbus Center site daily. The premises shall be left neat and clean after each work shift. Receptacle(s) for Contractor?s debris may only be placed at the building after permission for the use and placement of such is given by the COR. 3.8 Specific Requirements: Requirements include the purchase, delivery and installation of the following and in accordance with the recommended recovered material content ranges listed indicated in the below table: 6 Ea. Single Booth w/Oak End Panels, Box Base, Vinyl Upholstery Cushioned Seat Pad, Fabric Scotch Guarded Horizontal Channeled Cushioned Back Pad, Finished Back Panel, Finished End Panels (Both Sides), 36? Height, 48? Length Colors & Finish: To be Determined 7 Ea. Double Booths w/Oak End Panels, Box Base, Vinyl Upholstery Cushioned Seat Pad, Fabric Scotch Guarded Horizontal Channeled Cushioned Back Pad, Back Panel, Finished End Panels (Both Sides), 36? Height, 48? Length Colors & Finish: To be Determined 10 Ea Rectangular Tables ? 48? to fit booths. Tables and the color of the bases need to match current Tables. A picture can be provided upon request. L15 Edge: Rounded Edges. An L15 edge is 3/16? X 1 ?? bullnose edge with 1? radius corners. Color of Edges: P03 Fawn to match current tables. Wilson Art 4633-60 Natural Nebula=Exact color match of table laminate. Base = P03 Fawn: Exact color match of current bases. Base Style: Cross-legged to match existing bases. 4 Ea. High Top Tables w/Stools High Top Table Features 40? Bar height; 36? table top with L15 Edge: Rounded Edges. An L15 edge is 3/16? X 1 ?? bullnose edge with 1? radius corners. Color of Edges: P03 Fawn to match current tables. Wilson Art 4633-60 Natural Nebula=Exact color match of current table laminate. Solid Steel Base w/welded foot ring Metal Stool Features Metal stools w/ welded foot ring. Fabric Scotch Guarded Cushioned Seat and Back Pad Colors & Finish: To be Determined EPA's Recovered Materials Advisory Notice (RMAN) recommends recycled content levels for purchasing office furniture as shown in the table below. EPA's Recommended Recovered Materials Content Levels for Office Furniture Containing Recovered Steel, Aluminum, Wood, Agricultural Fiber and Plastic Table G-9 from EPA website ? Recommended Recovered Materials Content Levels for Office Furniture Product Material Postconsumer content Total recovered materials content (%) Furniture structure Steel 16 25-30 Furniture structure Aluminum - 75-100 Particleboard/ Fiberboard Component Wood or wood composite Agricultural Greater than 0 - 80-100 100 Fabric PET 100 100 Plastic furniture component HDPE 70-75 95 Remanufactured or Refurbished Furniture Various 25-75 25-75 EPA's recommendations do not preclude a procuring agent from purchasing cafeteria furnishings made from other materials. They simply require that procuring agencies, when purchasing cafeteria furnishings made from steel, aluminum, wood or wood composite, agricultural fiber, PET, HDPE or various other materials purchase those items made from recovered materials when these items meet applicable specifications and performance requirements. Notes: The recommended recovered material content levels for steel in this table reflect the fact that the designated item is generally made from steel manufactured in a Basic Oxygen Furnace (BOF). Steel from the BOF process contains 25-30% total recovered materials, of which 16% is postconsumer steel. Particleboard and fiberboard used in the wood components of office furniture may also contain other recovered cellulosic materials, including, but not limited to, paper, wheat straw and bagasse. The percentages of these materials contained in the product would also count toward the recovered materials content level of the item. In addition, while EPA has no evidence or indication that wood treated with chromated copper arsenate (CCA) is currently used in office furniture, EPA is not recommending the use of CCA-treated wood as a recovered material in office furniture. The arsenic in CCA is a known human-carcinogen and EPA is currently conducting a thorough and comprehensive risk assessment of CCA as a part of the pesticide reregistration process for CCA. In addition, EPA is conducting a risk assessment for children who contact CCA-treated wood playsets and decks. Specifications: EPA did not identify any standards or specifications that would preclude Government agencies from purchasing office furniture with recovered materials content or remanufactured or refurbished office furniture. The GSA requires that remanufactured furniture meet the same Underwriters Laboratories, ASTM and Business and Institutional Furniture Manufacturer?s Association standards and fire codes as new furniture. Installation consists of receiving, delivery from DFAS dock to cafeteria, setup including leveling, and trash removal. Any defective parts received will not be accepted and replaced within a reasonable time. All purchases are non taxable. 4.0 Invoicing Information: Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil. (ref. clause 252.232-7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. END OF STATEMENT OF WORK The requested delivery is 45 days after date of the order. Place of performance is Columbus, OH. FOB destination. The provision at 52.212-1, Instructions to Offerors?Commercial, applies to this acquisition. FAR 52.212-2 Evaluation ?Commercial Items, is applicable. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Addenda to FAR 52.212-2 Evaluation ?Commercial Items, is applicable. 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: Price, Delivery and Past Performance. Prices. Price will be evaluated using price analysis techniques. A single award will be made to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government. In making the best value determination, the Government will make a comparative assessment of the offerors. All quotes will be evaluated to determine that the offered price(s) reflect a technical understanding of the requirement and those considered unrealistic may be rejected. Proposed Delivery. The Government requested delivery is 45 days. Offerors will be evaluated based on their offered delivery as compared to the Government?s requested delivery. Preference may be given for offered deliveries that are shorter than the requested delivery. Past Performance. Please submit information on your experience and/or past performance providing similar items/performing similar tasks. The offeror may provide past performance information, as follows, for consideration: a. A list of contracts, commercial or Government, performed within the past two years, limited to three (3) Government and three (3) commercial contracts for the same or similar service. The offeror shall provide or include a point of contact (POC) address, telephone number, an average dollar amount of the contract per annum, the period of performance and a sample listing of the services provided for under the commercial contracts. For any Government contracts, provide the Government agency, a (POC), telephone number, appropriate contract number, estimated dollar value of the contract, period of performance and a sample listing of the items provided. The Government reserves the right to limit the number of references it decides to contact. b. A listing of any ?problems? or discrepancies experienced within the past year for the contracts or customers reported in reference to paragraph ?a? above. Include a brief description of how these problems were addressed and remedied. Offerors are to complete paragraph (j) of this provision, 52.212-3, Offeror Representations and Certifications-Commercial Items, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications?Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) rating for this requirement is DOC9. Offers are due by 5:00 PM EST on July 13, 2007. Facsimile and email quotes are acceptable and preferred. Offers may be submitted by email, facsimile or mail and forwarded to: Point of Contact: Esther Hayden DFAS Contract Services Directorate 3990 E. Broad Street Bldg 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-1971 Fax Number: 614-693-1808 Email address: Esther.Hayden@dfas.mil Furnished quotes to this POC on or before the closing time listed in this RFQ. In order to schedule an on-site visit contact: Ms. Maria Kobelenske, 614-693-7906 or Ms. Kathy Rivard, 614-693-5347.
 
Place of Performance
Address: 3990 E. Broad Street, Bldg 21, Columbus, OH
Zip Code: 43213-1152
Country: UNITED STATES
 
Record
SN01333323-W 20070704/070702221645 (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.