Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

71 -- Miscellaneous Furniture.

Notice Date
8/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
442110 — Furniture Stores
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Riley, ACA, Fort Riley, Directorate of Contracting, 7410 Apennines Drive, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-08-T-0054-0000
 
Response Due
9/4/2008
 
Archive Date
11/3/2008
 
Point of Contact
Willie Delatorre, (785) 240-3196<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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; quotes are being requested and a written solicitation will not be issued. Quotes are being requested and a written solicitation will NOT be issued. Solicitation W911RX-08-T-0054 is issued as a Request for Quotation. The acquisition will be Simplified Acquisition Procedures and is Set-Aside 100% for Small Business (SB) under North American Industry Classification System of 442110, with a SB size standard of $6.5M and Standard Industrial Code of 5172. 2. SUPPLIES/SERVICES. The Contractor shall provide quotes on the line items below. LINE ITEM 0001: Title. Full-Fabric Privacy Panels Quantity: 6. U/I: Panel. Unit Price: $ ________. NET AMOUNT: $ __________ DESCRIPTION: The panels must be between 81-96 inches in Height. The Contractor shall be responsible to determine the amount of privacy panels required for a classroom dimension of 40-45 Ft. in Length x 30-36 Ft. in Width. The Contractor shall be responsible for the materials and installation of the full-fabric panels. A total of 6 classroom will be assembled with the same dimensions in Building 1612. The Contractor shall coordinate with the Government POC for the delivery and installation. LINE ITEM 0002: Title. Chair, Heavy-Duty Stacker Quantity: 300. U/I: Each. Unit Price: $ ________. NET AMOUNT: $__________ DESCRIPTION: Gray-Fabric; Seat and Back; Heavy duty 16-gauge steel frame w/welded cross braces and silver vein finish; built-in ganging brackets; comfortable 3 inches thick high-density foam seat; 3/8 inches thick plywood core back; 1/2 inches plywood core seat. LINE ITEM 0003: Title. Folding Tables; Gray Granite Quantity: 100. U/I: Each. Unit Price: $ ________. NET AMOUNT: $ __________ DESCRIPTION: 96 inches in Length x 18 inches in Width. Part# CRL-1896FE or Equal. 2.1 FOB DESTINATION. No Partial Delivery will be accepted. 2.2 Delivery Date. 9 September 2008 2.3 Government Point of Contact will be provided at the time of award. 2.4 FAR Clause 52.211-16 Brand Name or Equal is applicable. The Contractor shall provide the applicable brochures with its quote. 3. ADDITIONAL INFORMATION. In accordance with FAR 52.212-1 and FAR 13.106-1(a)(2), the Government will award a Firm Fixed Priced contract resulting from this Combined Synopsis/Solicitation to the responsible Contractor, who submitted the lowest quote, technical specifications presribed herein and will be most advantageous to the Government, price and other factors considered. 4. PROVISIONS AND CLAUSES. Provisions and Clauses in effect through Federal Acquisition Circular 2005-05. FAR, DFAR, and ACA AI Provisions and Clauses may be accessed @ http://www.arnet.gov/far/ or http://farsite.hill.af.mil/. The following provisions and clauses are applicable. 52.212-1 Instructions To Offerors Commercial Items. 52.212-2 Evaluation. 52.212-3 Alt I Offeror Representations 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 and the additional FAR clauses that are applicable to the acquisition: 52.211-16 Brand Name or Equal; 52.219-6 Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 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 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms And Conditions Required To Implement Statutes and includes the following DFARS clauses by reference: 52.203-3 Gratuites; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.246-7000 Inspection and Acceptance; 252.247-7023, Alt III Transportation of Supplies by Sea; 252.225-7002 Qualifying Country Sources as Subs; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 252.204-7004 Required Central Contractor Registration; 5152.233-9000 ACA Executive Level Agency Protest Program. 5. MANDATORY REGISTRATION. Central Contractor Registration and OnLine Representations and Certifications are required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 442110 under the Goods Services section of the registration to be eligible for award consideration from this solicitation. A DUNS number is required for CCR registration. If your company does not have a DUNS NBR, obtain one by calling 800-333-0505. If the prospective awardee for this RFQ is not registered in the CCR database by the due date/time of this solicitation, including NAICS 532120 in the Goods Services section, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. Interested Contractors shall submit its quote in accordance with standard commercial practice, and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation Number; offerors complete mailing and remittance addresses; discount terms; unit price per CLIN and extended total prices; CAGE Code; DUNS number; and taxpayer identification number. Quotes may be sent electronic to wilfredo.delatorre@us.army.mil or mail correspondence to: Mission and Installation Contracting Command, ATTN: Willie Delatorre, 7410 Apennines Drive, Fort Riley, KS 66442. Quotes are due no later than 10:00 a.m. central time on 4 September 2008. All questions and/or inquiries shall be sent electronic to: wilfredo.delatorre@us.army.mil no later than two calendar days of the RFQ Due Date. The Contractor shall provide at a minimum the following information: (i) Company Name; (ii) DUNS or CAGE Code; (iii) POC Name and Title; and (iv) Brief description of the question/inquiry. 6. DELIVERY INSTRUCTIONS. (i) At the present time and until further notice ALL delivery trucks must enter Fort Riley Installation through the 12th Street entrance into Camp Funston, or the Henry Dr. entrance by Marshall Army Air Field. These are the ONLY entrances deliver trucks may use. (a) The 12th Street entrance can be accessed from KS Highway 18, North of the Kansas River bridge. If traveling on Interstate (I-70), take Exit 303, head North direction for approximately 3.6 miles and turn left on the first traffic light to 12th Street Gate. (b) The Henry Drive entrance can be accessed by taking I-70 Exit 301, then heading North to the access control point. To obtain an installation pass, Driver(s) must present a valid Drivers License/Photo ID, current vehicle registration, and proof of current insurance card. Passenger(s) will be required to present a valid Drivers License/Photo ID. (ii) Commercial shippers participating in RAPIDGate may enter any of the installations seven (7) access control points. RAPIDGate is a voluntary access protocol used by the installation to help expedite access to the installation. For information about RAPIDGate contact EID Passports, Inc. at 1-877-RAPIDGate (1-877-727-4342). (iii) For security reasons, the bill of lading shall have the name and phone number of the Ft. Riley delivery point of contact. This includes the bill of lading presented by third party and subsequent shippers. The Director of Emergency Services (DES), Fort Riley retains the right to refuse entry to the installation. Refusal of entry shall not relieve the prime contracted vendor from their responsibility to deliver as agreed to, nor shall there be an additional cost to the Government resulting from refused entry. NOTE: Commercial deliveries are accepted between 5:30 a.m. to 2:00 p.m (CST) Monday through Friday, The 12th Street Gate is closed at 2:00 p.m. and on weekends. Henry Gate is open 24 hours, 7 days a week. The installation does not provide overnight parking. All shipments must be accepted and off loaded the same day. 7. ELECTRONIC INVOICING INSTRUCTIONS. (i) Submit invoices via Wide Area Work Flow (WAWF) and use the appropriate DODAAC Delivery Acceptor Code of W91BVV. This application allows vendors to submit and track invoices electronically. (ii) Shall register in WAWF @ https://wawf.eb.mil and ensure an electronic business point of contact is designated in Central Contractor Registration http://www.ccr.gov within ten (10) calendar days after receipt of contract award. For additional information, see DFARS Clause 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. (iii) May check the status of invoices submitted to DFAS @ https://myinvoice.csd.disa.mil The use of this service requires a Contract Number, a delivery order number (if applicable) and an invoice number. For invoice inquiries, call the appropriate DFAS Customer Service: OPLOC-Rome, NY (1-800-553-0527). (iv) Invoice shall reference a Contract Number on all correspondence, invoices, shipping documents, shipping labels and shipping containers. Failure to follow Proper Invoice Information will result in delay of payment and/or rejection of invoice. For additional information see FAR Clause 52.212-4 (g) Invoice, submission of a Proper Invoice at: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm#P1276_173646 8. PAYMENT METHOD AND DISCOUNT TERMS. (i) Electronic payment will be administered by the appropriate DFAS pay station. (ii) If Contractor elects to offer the Government prompt payment discount, the Contractor shall submit with its quote the applicable discount terms of: _____% for 5/10/20 Days; NET 30; Or, if the Contractor does NOT elect to offer prompt payment discounts, it will be NET 30.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ec39eb1f90ca4e8d715bb7d6e9a17948&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Riley Directorate of Contracting, 7410 Apennines Drive Fort Riley KS<br />
Zip Code: 66442<br />
 
Record
SN01648639-W 20080824/080822222438-ec39eb1f90ca4e8d715bb7d6e9a17948 (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.