Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

71 -- Work Station

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Michigan, USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
 
ZIP Code
48913-5102
 
Solicitation Number
W912JB-09-T-2021
 
Response Due
4/13/2009
 
Archive Date
6/12/2009
 
Point of Contact
Brenda Outman, (517)481-7839<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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation number is W912JB-09-T-2021, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-29 and Defense Acquisition Circular Number 91-11, 20081124 Edition. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). No paper copies of this solicitation will be provided. Contract financing will NOT be provided for this acquisition. The Government reserves the right to not make an award at all. Quotations are being solicited and a Firm Fixed Price (FFP) type Purchase Order is anticipated. This solicitation is set-aside for small business The North American Industry Classification System (NAICS) code is 337127. Size Standard: 500 employees Description of commodity: Work station Standard Features: Work surface 1.125 Engineered furniture grade core with plastic laminate surface Choice of white, gray or black Protective 3mm PVC edge band all sides Steel frame 16 ga. Box steel with gussets rear Welded thread leg inserts with nylon levelers Fully welded box frame 1200+ lb. capacity White, light or dark gray, blue (3 to choose), black (2 to choose) or red powdercoat finish. U Workstation comprised of: 10 Center segment 1 Workbench Master (2 Box) 120x36x36 To include these accessories: 1 ESD Package (Flush mount grounding lug, swivel block w/2 wrist straps, 3M certified ESD plastic laminate surface choice of white, gray or black) 1.5 Uni-Strut Upright Package (3 uprights required on 8+ benches) 1 15 Adjustable shelf 120x15 2 48 Under shelf light 1 72 15a Power strip w/18 outlets 1 Lower shelf half depth 120x18 6 Side segments 2 Workbench Master (2 box) 72x36x36 To include these accessories: 2 ESD Package (Flush mount grounding lug, swivel block w/2 wrist straps, 3M Certified ESD plastic laminate surface choice of white, gray or black) 1 Uni-Strut upright package 1 - 48 Under shelf light 1 15 Adjustable shelf 72x15 2 48 15a Power strip w/12 outlets 2 Lower shelf Half depth 72x18 2 6 Utility drawer 2 Articulating LCD Arm (#194) 2 Keyboard pullout w/mouse tray Mobile Workbenches 2 Workbench Master (2 Box) 72x36x36 To include these accessories: 2 Phenolic Chem resistant surface 72x36 (18 sq ft) 2 Uni-strut upright package 2 15 Adjustable shelf 72x15 2 5 total lock casters 1060 lb rolling capacity 2 Lower shelf half depth 72x18 2 Large locking tool drawer 35x12.5x9 Delivery location for all products is: CSMS 3323 N Martin Luther King Blvd Lansing, MI 48906 A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications Commercial Items, must be completed and submitted with quotation. A copy is available at http://www.arnet.gpv.far/. By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in CCR prior to award, during performance, and through final payment of any contract resulting from this RFQ. The following FAR Provisions and Clauses apply to this acquisition: 52.203-3, Gratuities 52.203-6 ALT I, Restrictions of Subcontractor Sales to the Government 52.204-4, Printed or Copied-Double Sided on Recycled Paper 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.211-16, Variation in Quantity (25% Increase/25% Decrease) 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items (Evaluation factors being price and past performance with each being equally considered in the evaluation process) 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items Alternate I 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 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, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Clauses The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.204-7004, Alternate A 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.217-7019 ALT I, Sanitary Conditions-Alternate I 252.217-7022, Code Dating 252.217-7023, Marking 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.246-7000, Material Inspection and Receiving Report Copies of all provisions and clauses, including Representations and Certifications, are available at http://www.arnet.gov/far. Point of contact for this RFQ is Brenda Outman at (517)481-7839. Quotes can be e-mailed to brenda.outman@us.army.mil or faxed to (517)481-7847; or mailed to USPFO for Michigan, 3423 North Martin Luther King Jr Blvd-Rm 219, Lansing, MI 48906-2934. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. Quotes are due not later than 12:00 PM, EST on Thursday 13 April 2009. All responsible sources may submit an offer, which shall be considered by the agency. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be a best value to the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b0141bb854ff25992f9119809cbff052&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Michigan 3423 N. Martin Luther King Blvd, Lansing MI<br />
Zip Code: 48906-2934<br />
 
Record
SN01785252-W 20090405/090403220559-b0141bb854ff25992f9119809cbff052 (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.