Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2008 FBO #2572
SOLICITATION NOTICE

72 -- Furniture (Dining Room)

Notice Date
12/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-09-T-0044
 
Response Due
12/29/2008
 
Archive Date
2/27/2009
 
Point of Contact
James Moreno, 719-526-6619<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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27 effective 17 September 2008. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Total Small Business Set Aside. In accordance with FAR 19.102(f) and the Nonmanufacturer Rule, the small business Contractor shall only supply items manufactured by itself or another small business performing in the United States. Fort Carson intends to award a Firm-Fixed-Price Contract for furniture located in a dining facility, brand name or equal. The North American Industrial Classification System (NAICS) code for this procurement is 423210 and the business size standard is 500 employees. This solicitation will end on 29 December 2008 15:00 p.m. Mountain Time. If not bidding the listed manufacturers products, list each manufacturer and business size standard of that manufacturer to ensure compliance with the non-manufactures rule stated above. The Contractor shall propose the following Contract Line Item Numbers (CLINS): CLIN 0001 Dining Booth, Plymold Seating Model # 351048,Packed Each Chatfield booth 48 inches L x 36 inches H,Single,upholstered seat, plain inside back with 6 inch headroll, Vinyl Crumb rail, maple top cap and end panel. QTY: 8 EA CLIN 0002 Dining Booth, Plymold seating Model # 352048,each Chatfield booth,48 inches L x 36 inches H,Double,Upholstered seat and back with 6 inches headroll,vinyl crumb rail, maple top cap and end panels. QTY: 16 EA CLIN 0003Table Top, Laminate, Plymold Model # 36047DE, Table top, rectangle, 36 inches x 47 inches, Laminated top, DUR-A-EDGE (group7). Custom Table end base for 30 inches table Height, 22 inch end bases with welded cross bar and self leveling guides. Pedestal foot color: Sepia Hammertone 39-60002(TAN), Pedestal columns and cross bar:(TAN)QTY: 20 EA CLIN 0004Table Top Laminate, Plymold seating Model # 36047DE Table Top Rectangle 36 inches x 47 inches, Laminate top,DUR-A-EDGE(group7),Table Bases, custom table end base for 30 inches table height, 22 inch end bases with welded cross bar and self leveling guides. Sephia Hammertone 39-60002(Tan) Pedestal foot, Pedestal columns and Cross bars.QTY: 5 EA CLIN 0005 Chairs, MTS Seating Model # 954, packed each, Side chair AmeriWoods Series, Contoured wood back with zig zag decorative openings, upholstered, non-marring clear butyrate glidesQTY: 20 EA CLIN 0006Table Top Laminated plymold seating Model # 36047DE,rectangle top 36 inches x 47 inches DuraEdge (group7)Table bases end base for 42 inch H 22 inch end bases, welded cross bars and self leveling guides. Sepia Hammertone 39-60002(TAN) QTY: 17 EA CLIN 0007 Bar Stools, MTS Seating Model # 954-30, Bar stools Ameriwood series, contoured wood back with zig zag decorative openings, upholstered seat, footrest with cover, non-marring clearbutyrate glides. QTY: 86 EA CLIN 0008Table Top Plymold Seating Model # 42042DE, Table Top square, 42 inches x 42 inches, Laminated top,Dur-A-Edge( Group7) with Table base,36 inches x 36 inches base spread, 28-3/4 inch standard height 4 inch steel column,12 inch Cast iron spider,x 1 series. Sepia 39/60002.QTY: 2 EA CLIN 0009Table Top, Plymold Seating Model # 60000DE,Table Top round,60 inch diameter, laminated tops,Dur-A-EDGE(group7)3-ea,Table base 22 inch end base spread, 280 3/4inch standard height, cast iron two prong base,3 inch steel column,9 inch spider, X1 series, designer 1 color. Sepia 39/60002QTY: 1 EA CLIN 0010Installation, Includes delivery and set-up of all furniture, all trash taken away. Delivery shall be made no later than 15 February 2009. Contractors unable to meet this delivery date shall not be considered. QTY: 1 EA The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.211-6 (Brand Name or Equal), 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation Commercial Items), 52.212-3 (Offeror Representations and Certifications Commercial Items), 52.233-2 (Service of Protest), 252.209-7001 (Disclosure of Ownership or Control by Terrorist Country), 252.209-7002 (Disclosure of Ownership by a Foreign Government) Clauses: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-8 (Small Business Concerns), 52.219-14 (Limitations on Subcontracting), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-35 (Equal Opportunity for Special Disabled Veterans), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-37 (Employment Reports on Special Disabled Veterans), 52.225-13 Restrictions on Certain Foreign Purchases, 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.233-3 (Protest After Award), 52.233-4 (Applicable Law for Breach of Contract Claims), 52.247-34 FOB Destination, 52.252-2 (Clauses Incorporated by Reference), 252.209-7004 (Subcontracting with Firms that are Owned or Controlled by a Foreign Country), 252.211-7003 Item Identification and Valuation), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.225-7001 (Buy American Act and Balance of Payments), 252.232-7003 (Electronic Submission of Payment Requests), 252.247-7024 (Sea Transportation) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable 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, technical, past performance and delivery date. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. All responses must be received by 15:00 p.m. Mountain Time on 29 December 2008. Quotes can be faxed to (719) 526-4490/5333 attn: James Moreno, or e-mailed to james.moreno@us.army.mil. An official authorized to bind your company shall sign the quote. If the Contractor is quoting an equal item, all specifications shall be submitted with the quote. Questions concerning this solicitation should be addressed to James Moreno, Contract Specialist, and e-mailed to james.moreno@us.army.mil, all questions or inquires must be submitted in writing no later than 16 December 2008, 15:00 p.m. Mountain Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b28e12a95686080da451abcb3d4c9431&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO<br />
Zip Code: 80913-5198<br />
 
Record
SN01715925-W 20081211/081209215654-b28e12a95686080da451abcb3d4c9431 (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.