Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2010 FBO #3225
SOLICITATION NOTICE

72 -- Indoor/Outdoor Universal Carpet Tiles/Runners (Various Sizes)

Notice Date
9/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314110 — Carpet and Rug Mills
 
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-10-2284
 
Point of Contact
Tiffany Traynor, Phone: (410)965-9588
 
E-Mail Address
Tiffany.Traynor@ssa.gov
(Tiffany.Traynor@ssa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is: SSA-RFQ-10-2284, and represents a Brand Name or Equal Request for Quotation (RFQ). (iii) The solicitation including incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44, Effective 02 Aug 2010. (iv) The applicable North American Industry Classification System (NAICS) code is: 314110. The small business size standard is 500 employees or less. Pursuant to FAR 19, the acquisition is set-aside for small business. It is hereby acknowledged the aforementioned NAICS is on the U. S. Small Business Administration Office of Government Contracting Non-manufacturer Rule Class Waiver list in effect as of September 9, 2010. Accordingly, small businesses may respond to this RFQ offering a supply manufactured by an other than small business. (v) The following supplies are required: 01 Water Hog Classic, 4' x 21' QTY: 2 02 Water Hog Classic, 6' x 7' QTY: 4 03 Water Hog Classic, 6' x 8' QTY: 6 04 Water Hog Classic, 6' x 10' QTY: 2 05 Water Hog Classic, 6' x 11' QTY: 4 06 Water Hog Classic, 6' x 13' QTY: 28 07 Water Hog Classic, 6' x 19' QTY: 2 08 Water Hog Classic, 6' x 20' QTY: 2 09 Water Hog Classic, 6' x 25' QTY: 2 10 Water Hog Classic, 6' x 30' QTY: 8 11 Water Hog Classic, 6' x 40' QTY: 2 END (vi) The following salient, functional and performance specifications apply to this brand name or equal requirement: • Charcoal color • Indoor/Outdoor: Durable anti-static polypropylene face suitable for indoor or outdoor use. • Passes Flammability Standard DOC-FF-1-70 • Anti-static • 134 Electrostatic Propensity Test and meets IBM's minimum standard for electrical resistance (NFPA99). Safe for use in computer rooms and around electronic equipment. • ASTM C 1028-89 Static Coefficient of Friction Dry.7 • Polypropylene fiber system facilitating quick drying and preventing fading and rotting. • Not adversely effected by salt or ice melt. • Rubber backing: Lays flat, will not crack or curl like vinyl mats. • Raised NUB surface: Removes and traps dirt and moisture and holds it on mat below shoe level so it is not tracked in. • Reinforced face NUBS: Face NUBS are reinforced with rubber to resist crushing, maintaining high performance and extending product life. • "Water Dam" border: Border is designed to hold water and dirt on mat keeping them off carpets and floors. Unique raised rubber border feature allowing mats to hold up to 1 1/2 gallons of water per square yard. • Easy to clean: Just vacuum or hose off and hang to dry. (vii) Quotations shall be submitted inclusive of F.O.B. Destination charges to the following address: National Computer Center (NCC) 6201 Security Blvd. Baltimore, MD 21235 *****SPECIAL DELIVERY INSTRUCTIONS APPLY***** Delivery to the NCC requires no less than 24-hrs advance notice. Additional standard transportation and manifest information is required at the time of delivery notification. Delivery will not be accepted in the event the delivery driver cannot furnish photo identification. Point of contact information will be disseminated with the resultant award. If you would like the full text version of the applicable delivery instructions, please direct your request to the contact identified below and make your request no less than one day prior to solicitation close. Complete delivery is required within 15-days of award. (viii) The FAR provision 52.212-1 - Instructions to Offerors Commercial Items (Jun 2008) applies. (ix) Award decision will be based on the lowest price quotation that conforms to solicitation requirements. The government reserves the right to award on an all or none basis. (x) Please provide a full complete copy, or provide a completed copy of only paragraph (b) when annual Online Representations and Certifications Application (ORCA) is complete, of FAR provision 52.212-3 - Offeror Representations and Certifications - Commercial Items (Aug 2009) with your quotation. Failure to provide the completed provision as appropriate may result in rejection of the quotation. (xi) The FAR provision 52.212-4 - Contract Terms and Conditions Commercial Items (Jun 2010) applies. (xii) The FAR provision 52.212-5 - Contract Terms And Conditions Required to Implement Statutes Or Executive Orders Commercial Items (JUL 2010) applies. Note the following FAR clauses are applicable to this acquisition and will be incorporated into the resultant purchase order: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) [15 U.S.C. 632(a)(2)] 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) (xiii) Additional provisions, terms and conditions, and/or requirements include: The FAR provision 52.211-6 - Brand Name or Equal (Aug 1999) applies. The FAR provision 52.252-1 - Solicitation Provisions Incorporated By Reference (Feb 1998) applies. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm http://acquisition.gov/far/index.html (xiv) Not Applicable (xv) Quotations in response to this solicitation shall be submitted no later than (NLT) 1700hrs Friday, September 24 th, 2010 via E-mail to : Tiffany.Traynor@ssa.gov. (xvi) Direct quotations as well as any questions regarding this acquisition to: Tiffany Traynor Tel: (410) 965-9588 E-Mail: Tiffany.Traynor@ssa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-10-2284/listing.html)
 
Place of Performance
Address: National Computer Center (NCC), 6201 Security Blvd., Baltimore, Maryland, 21235, United States
Zip Code: 21235
 
Record
SN02290420-W 20100923/100921235047-40761d6ae210400958aadd612b26d4e2 (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.