Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

71 -- Hospital Furniture

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-07-Q-0072
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation for the purchase of commercial service, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only s olicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0072 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2005-20 and DCN 20070906. This requirement is UNRESTRICTED. The description of the commercial supply is Hospital Furniture and reads as follows: CLIN 0001, 173 each, Wieder Wood Arm 3-Seat Tandem Unit, 'Tetra' pr oduct line, Colors: LEGS: NATURAL/SAND ON OAK FINISH, SEATS: CASHMERE NILE, BACKS: FROLIC GARDEN; Dimensions: 66W 26.5D 31.5H; see www.wielandfurniture.com for more product information; brand name or equal is required. CLIN 0002, 189 each, Wieder Two-S eat Unit consisting of the following component parts: (2 ea) #9011M, (1 ea) 9110LA, (1 ea) 9110CA, AND (1 ea) 9110RA.Colors: LEGS: NATURAL/SAND ON OAK FINISH, SEATS: CASHMERE NILE, BACKS: FROLIC GARDEN; Dimensions: 46W 26.5D 31.5H; see www.wielandfurni ture.com for more product information; brand name or equal is required. CLIN 0003, 38 each, Wieder Wood Arm Loveseat, 'Tetra' product line; Colors: LEGS: Natural/Sand on Oak Finish, SEATS: Cashmirer Nile, BACKS: Frolic Garden; Dimensions: 43W, 26.5D, 31. 5H; see www.wielandfurniture.com for more product information; brand name or equal is required. CLIN 0004, 10 each, Wieder Wood Arm Chair, 'Tetra' product line; Colors: LEGS: Natural/Sand on Oak Finish, SEATS: Cashmirer Nile, BACKS: Frolic Garden; Dimens ions: 23W, 26.5D, 31.5H; see www.wielandfurniture.com for more product information; brand name or equal is required. CLIN 0005, 165 each, Wieder 1030 21x24x24 Table, 'Surface' product line; Color: LEGS & PERIMETER: Sand on Oak, with Reversible Top - SIDE 1: Sand on Oak Laminate, SIDE 2: Formica Bottlegreen Quartzite; Dimensions: 21H, 24W, 24D; see www.wielandfurniture.com for more product information; brand name or equal is required. CLIN 0006, 2 each, Wieder Wood Arm 2-Seat Bench, 'Tetra' product line; Colors: LEGS: Natural/Sand on Oak Finish, SEATS: Cashmirer Nile; Dimensions: 43W, 25.25D, 20H; see www.wielandfurniture.com for more information; brand name or equal is required. CLIN 0007, 4 each, Wieder Wide Recliner/Wood Cap, 'Cove' product line; Colo rs: LEGS and WOOD CAP: Natural/Sand on Oak Finish, SEATS and BACKS: Cashmirer Nile, ARMS and OTTOMAN: Frolic Garden; with push bar, footrest and Foley bag hook/standard IV pole; Dimensions: 31.25W, 34.75D, 43.75H; see www.wielandfurniture.com for more inf ormation; brand name or equal is required. CLIN 0008, 1 each, Wieder 1030 16x20x36 Table, 'Surface' product line; Color: LEGS & PERIMETER: Sand on Oak, with Reversible Top - SIDE 1: Sand on Oak Laminate, SIDE 2: Formica Bottlegreen Quartzite; Dimensions: 16H, 20W, 36D; see www.wielandfurniture.com for more information; brand name or equal is required. CLIN 0009, 2 each, Wieder Round Back Loveseat (with rolled arm and rounded back), 'Basis' product line; Colors: ALL: Frolic Garden; Dimensions: 49W 28.25D 32H; see www.wielandfurniture.com for more information; brand name or equal is required. CLIN 0010, 3 each, Wieder Round Back Chair (with rolled arm and rounded back), 'Basis' product line; Colors: ALL: Frolic Garden; Dimensions: 29W 28.25D 32H; see www.w ielandfurniture.com for more information; brand name or equal is required. CLIN 0011, 6 each, Sauder Metal Table Base Unit, model #105-0159 'Domino', 22-in x 22-in for a 36-in x 36-in maximum top size, 3-in column diameter, powder coated finish, includes chrome rubber cushioned adjustable glides; brand name or equal is required. CLIN 0012, 6 each, Sauder 1-1/4-in Bullnose Edge Table Top, model #705-0576, solid maple edge with #71 Manilla Stain and Bottlegreen Quartzite laminate finish on top; brand name or equal is required. CLIN 0013, 24 each, Wieder Window Chair, 'Transom' product line; Maple Molded Seat with #71 Manilla Stain; see www.wielandfurniture.com fo r more information; brand name or equal is required. CLIN 0014, 4 set, Wieder Replacement Chair Upholstery Set for Wood Arm Chair ('Tetra' product line), model no. 9111; Colors: SEATS: Cashmere Nile, BACKS: Frolic Green; all seams triple stitched for dur ability; see www.wielandfurniture.com for more information; brand name or equal is required. CLIN 0015, 1 set, Wieder Replacement Loveseat Upholstery Set for Wood Arm Loveseat ('Tetra' product line), model no. 9112; Colors: SEATS: Cashmere Nile, BACKS: F rolic Green; all seams triple stitched for durability; see www.wielandfurniture.com for more information; brand name or equal is required. CLIN 0016, 1 set, Wieder Replacement Sofa Upholstery Set for Wood Arm Sofa ('Tetra' product line), model no. 9113; C olors: SEATS: Cashmere Nile, BACKS: Frolic Green; all seams triple stitched for durability; see www.wielandfurniture.com for more information; brand name or equal is required. CLIN 0017, 1 each, Wieder Round Back Sofa (with rolled arm and rounded back), 'Basis' product line; Colors: ALL: Frolic Garden; Dimensions: 69W 28.25D 32H; see www.wielandfurniture.com for more information; brand name or equal is required. CLIN 0018, 1 lot, Freight to Madigan Army Medical Center (Fort Lewis), Tacoma, WA. CLIN 0019 , 1 lot, Installation with on-site assembly of all items. Required delivery date for all items is 30 days from issuance of a purchase order. All items shall be delivered to Madigan Army Medical Center, Receiving Section, Bldg 9040A Fitzsimmons Drive, Tac oma, WA 98431. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Once the Contracting Officer has de cided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.us.army.mil/doc/ (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sourc es. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or simi lar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses can be reviewed at http://www.us.army.mil/doc/. IAW AFARS 5101.602-2, Click on Request for Quotes, then click on Local Clauses Local clause-52.111-4131, Commercial Vehicle Access to Fort Lewis - Fast Access Gate Program, local clause-52.111-4132, Identification of Contractor Employees - Fast Access Gate Program, and local clause-52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states in the preamble: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Local clause 52.111-4132 states in paragraph f: The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identifica tion badges have been accounted for. Addendum to Clauses 52.111-4131, 52.111-4132 reads as follows: Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, M aria Nguyen, Manager; info@rapidgate.com or mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior no tification, but any long-term badge received by you will continue to be valid until its expiration date. Quoters are required to submit completed copies of the provisions at FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items, and D FARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. Annual Represenations and Certifications may be submitted online through the Business Parnter Network at the following web address: https://orca.bpn.gov/. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, a pplies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR clause 52.237-2, Protection of Government Buildings, Eq uipment, and Vegetation is applicable to this acquisition. FAR clause 52.211-6, Brand Name or Equal, is applicable to this acquisition; however, the quoter must satisfy the following minimum salient characteristics: (1) Chair seat does not touch chair bac k, allowing fluids to flow down between the chair cushions (fluids do not collect in the seat pan); (2) Replaceable seat and back covers (field replaceable). No tool or specialized training is required to replace seat and back covers. (3) Upholstery is s pecified in Crypton fabric, which allows it to be cleaned with soap and water, provides anti-microbial protection due to the moisture barrier properties, meets flammability codes, and meets ASTM D-5034 Grab Strength, ASTM D-4034 Resistance to Y arm slippag e, ASTM D-2262 Tongue Tearing Strength, ASTM D-3597 Shrinkage and Growth, ASTM D-4157 Wyzenbeck Abrasion Resistance, and California Technical Bulletin #117 or #133 for flammability; (4) Upholstery offers moisture barrier so that fluids do not seep into the foam cushoning; (5) The construction must be bolt and bushing construction (no screw or staple construction); (6) Furniture must be field re-configurable (the furniture can be reassembled to make single, double, or triple seat configurations with out remo ving from the site and without specialized tools or training); (7) Furniture must be warranted for 10 years with use in a 24 hour, seven day per week healthcare facility; and, (8) Furniture must be field renewable (surfaces, like wood legs, can be resurfac ed to a like-new condition without transporting off-site. FAR provision 52.212-2, Evaluation - Commercial Items, is applicable to this acquisition. DFARS provision 252.225-7000, Buy American Act - Balance of Payments Program Certificate, is applicable to this acquisition. DFARS clause 252.225-7002, Qualifying Country Sources as Subcontractors, is applicable to this acquisition. DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defen se Acquisitions of Commercial Items is applicable, to include under paragraph (a): 52.203-3 and paragraph (b): 252.225-7001 and 252.232-7003. In accordance wit h FAR provision 52.252-1 and FAR clause 52.252-2, the complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site(s): http://farsite.hill.af.mil or http://w ww.arnet.gov/far. Telephonic inquires will not be accepted. Any questions regarding this combined synopsis/solicitation shall be emailed to the below point of contact. Quotes are due on 17 SEP 2007 at 11:00:00 A.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications (unless submitted online through https://orca.bpn.gov/), providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Major J ohn Cooper, john.m.cooper@conus.army.mil, 253-966-3478. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01399026-W 20070909/070907221925 (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.