SOLICITATION NOTICE
95 -- Tate Access Flooring - Brand Name Justification
- Notice Date
- 8/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332322
— Sheet Metal Work Manufacturing
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
- ZIP Code
- 21244
- Solicitation Number
- SSA-RFQ-09-1990
- Archive Date
- 9/10/2009
- Point of Contact
- Joanna Lobl,
- E-Mail Address
-
joanna.lobl@ssa.gov
(joanna.lobl@ssa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name Justification General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: SSA-RFQ-09-1990 Posted Date: 08/21/09 Response Date: 08/26/09 Set Aside: Total Small Business Set-Aside NAICS Code: 332322 - Sheet Metal Work Manufacturing Contracting Office Address: 7111 Security Blvd., 1st Floor, Rear Entrance, Baltimore, MD 21244 Place of Delivery and Acceptance: National Computer Center (NCC) Loading Dock, 6201 Security Blvd., Baltimore, MD 21235-2000 Point of Contact (POC): Joanna Lobl, Contract Specialist, E-mail: Joanna.Lobl@ssa.gov, Phone: (410) 965-6476 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular # 2005-36. This combined synopsis/solicitation is issued as a request for quote (RFQ) # SSA-RFQ-09-1990. Submit written quotes. Oral quotes will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.bpn.gov). This procurement is being issued as a 100% Total Small Business Set-Aside. The associated NAICS code is 332322 and its associated size is 500 employees. The Social Security Administration (SSA) seeks to purchase 8800 square feet of Tate Access Floors CCN2000, 1600 square feet of Tate Access Flooring Perf 1000 Floor Tiles, and all related understructure and pedestal adhesive necessary for installation. All items provided shall be Tate Access Floors, Inc. BRAND NAME ONLY. Please see the attached Brand Name Justification. Payment will be made by invoice only. All quotes should include the company’s number of employees and delivery time. Delivery: FOB DESTINATION Prices quoted shall be inclusive of all delivery and shipping charges to the NCC at SSA. All Material must be delivered to SSA no later than 120 days from award date. It shall be the vendor’s responsibility to provide and/or replace any delivered goods deemed unusable due to damage or other justifiable reasons. The Vendor shall also supply all applicable Manufacturer Safety Data Sheets (MSDS’s) for products. Warranty: 1 year limited warranty or as applicable. This contract will be a Firm-Fixed Price contract with the following Contract Line Items structure: CLIN 0001 8800 Square Feet - Part# 901901 – Tate Access Flooring CCN2000 1/8” IT ST61 Grey Starlight CLIN 0002 1600 Square Feet - Part# 863301 – Tate Access Flooring Perf. 1000 No Damper 1/8” IT ST61 Grey Starlight CLIN 0003 Related understructure and pedestal adhesive necessary for installation, which shall include: 1)3,220 each – Part# 11479 – Univ. P. Head 7/8 – 9x4 -1/2 GPASN/CCN 2)3,220 each – Part# 1728 – Ped. Base 6” X 6” 3)2,575 each – Part# 9372 – 4’ Stringers 4)10,300 each – Part# 11338 – Stringer Screws 5)40 gallons – Part# 10348 – AIM 382 Pedestal Adhesive The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors- Commercial Items (June 2008). FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (August 2009) If your company is registered in ORCA (Online Representation and Certifications Application), please read 52.212-3 (b)(2) of the Offeror Representations and Certifications-Commercial Items and indicate any changes, if applicable. If no changes need to be made, please include a statement that your representations and certifications are current, complete and applicable to this solicitation. If your company is not in ORCA, please fill out 52.212-3 (c thru m) of the Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions- Commercial Items (March 2009). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (August 2009). Specifically, the following clauses cited are applicable to this solicitation: •FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) •FAR 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) •FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004) •FAR 52.219-14, Limitations on Subcontracting (DEC 1996) •FAR 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)) •FAR 52.222-3, Convict Labor (JUNE 2003) •FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008) •FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999) •FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). •FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). •FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). •FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). •FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). •52.225-1, Buy American Act—Supplies (Feb 2009) (41 U.S.C. 10a-10d). •52.225-13, Restrictions on Certain Foreign Purchases (June 2008) •52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Pursuant to FAR Part 13.106-1(a)(2), the award will be made based on price alone. The government reserves the right to award on an all-or-nothing basis. The government may purchase from the offeror that submits the lowest aggregate price rather than issue a purchase order to each supplier on the basis of the lowest quotation on each item. All quotes must be sent to Joanna Lobl at Joanna.Lobl@ssa.gov or faxed to (410) 966-1261. All quotes must be received by 08/26/09 by 5:00 PM ET. All questions must be submitted by e-mail only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-09-1990/listing.html)
- Place of Performance
- Address: National Computer Center (NCC) Loading Dock, 6201 Security Blvd., Baltimore, Maryland, 21235-2000, United States
- Zip Code: 21235-2000
- Zip Code: 21235-2000
- Record
- SN01921692-W 20090823/090822002501-5dd11124b73ea092483da9fdcfa6ca05 (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 |