SOLICITATION NOTICE
71 -- Haworth Manufactured Furniture and Installation. Small job to move 3 offices as well as update 6 cubicles and 2 workstation with one office. Walk Through as indicated below highly recommended on 14 May 2009 at 9am.
- Notice Date
- 5/11/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
- ZIP Code
- 48913
- Solicitation Number
- W912JB-09-T-2030
- Response Due
- 5/28/2009
- Archive Date
- 7/27/2009
- Point of Contact
- Shelly Hickling, 517-483-5903
- 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; proposals are being requested and a written solicitation will not be issued. This solicitation number is W912JB-09-T-2030, and is issued as a Request for Quotation (RFQ). The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2001-14 and Defense Acquisition Circular Number 91-12, 20030430 Edition. This solicitation is set aside for small business and award will be made based on Best Value to the Government considering requirements listed below. The Standard Industrial Classification (SIC) code is 2521 with small business standard of 500 employees or less. Description of commodity: Haworth Systems Furniture and Installation Listing of exact Haworth part numbers is available upon request from shellawn.hickling@us.army.mil This is a small project of remodeling adding 6 cubicles, adding 2 workstations and one office with movement of some existing Haworth Furniture. A walk through is scheduled for May 14, 2009 at 0900 on the Drill Hall Floor at 3411 N. MLK Blvd., Lansing, MI 48906 Attn: Keli Algren. Attendance of walk through is highly recommended. SPECIAL INSTRUCTIONS: The following FAR provisions and clauses apply to this solicitation: 52.204-6, Data Universal Numbering System (DUNS) Number; 52.209-6 Protecting the Governments Interest; 52.211-17, Delivery of Excess Quantities; 52.212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation-Commercial Items (Evaluation factors will be, overall cost, speed in which job can be completed, and ability to meet Government requirements with each being equally considered in the evaluation (Best Value) process); 52.212-3, Offeror Representation and Certifications-Commercial Items; 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); 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; 52.233-3, Protest After Award; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated By Reference; 52.252-2, Clauses Incorporated By Reference; 52.252-5, Authorized Deviations in Provisions; 52.252-6, Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses apply to this solicitation: 252.204-7004, Required Central Contractor Registration; 252.212-7001 (Dev), Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act-Balance of Payments; 252.243-7001, Pricing of Contract Modifications. Copy of provisions and clauses are available on the Internet at http://www.arnet.gov/far. Successful offeror must: 1) Must provide written price quote. 2) Must be specific on turn around time from the moment order is placed and how quickly delivery will be. 3) Must be capable of receiving payment via Electronic Funds Transfer (EFT), preferable method of payment would be credit card payment. 4) Must be registered with Central Contracting Registry (CCR) http://www.ccr.gov. Qualifying offers will meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7000. The Government will award a contract resulting from this solicitation to the responsible offeror who offer conforms to this solicitation and will be most advantageous to the Government. Required information, completed offer and descriptive literature, may be faxed to (517) 481-7847 Offer must be received not later than 12:00 noon, local time, Thursday May 28, 2009. All responsible sources may submit an offer, which shall be considered by the agency. Questions may be addressed to Shelly Hickling at (517) 481-7841 or by e-mail at shellawn.hickling@us.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB-09-T-2030/listing.html)
- Place of Performance
- Address: USPFO for Michigan 3411 N. MLK Blvd. Lansing MI
- Zip Code: 48913-5102
- Country: US
- Zip Code: 48913-5102
- Record
- SN01814019-F 20090513/090511233029 (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 |