Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

72 -- Double-Tier Wood Lockers "Z" Configuration - Applicable Provisions & Clauses - Photographs of Existing Lockers

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-11-Q-0393
 
Archive Date
10/8/2011
 
Point of Contact
Melissa Marcellus, Phone: 301-295-3962
 
E-Mail Address
Melissa.Marcellus@usuhs.mil
(Melissa.Marcellus@usuhs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Two (2) photographs of existing lockers. Quoted lockers must match. Applicable Provisions & Clauses, to include DFARS 252.225-7035, which must be completed and provided with your quote. The Uniformed Services University of the Health Sciences (USUHS) located on the Walter Reed National Military Medical Center in Bethesda, MD has a requirement for a quantity of 110 Double-Tier Wood Lockers in a "Z" Configuration. See attached photographs for existing lockers. The lockers quoted must meet the following specifications: * Double tier locker in a Z- configuration * Approximately 78"H x 17"W x 20"D * Coat Rod, 1- Coat Hook * Door must be raised panel wood ¾" kiln dried solid wood stile and rail with raised center panel made of maple. Moisture resistant glue will be used to hold the stile and rail joints together * Two coats of natural stain with hand sanding in between coats. Sealed with a moisture-proof resistant top coat * Wood should be warp free and the finished faces should be free of chips and scratches * Locker frame will be approximately 5/8" almond melamine with particleboard substrate * Hardware should be chrome * Heavy duty hinges * Key lock with 2 keys per locker and 2 master keys per order * Numbered Lockers/Disc with black engraved locker and routed flush with locker door. Installed in a numbered sequence * Finished look, to include a base, 4" base trim and end panels to cover exposed sides, backs and intersections * Venting on top between door and frame of ½" opening * Installation of lockers with pre-approved plans * Must be flush, plumb and rigid. Lockers should be attached together * Lockers must be structurally sound and free from defects in material and workmanship for a period of 3 years from installation The anticipated CLIN structure for this requirement is as follows: 0001 Double-tier lockers in Z-configuration (qty 110) 0002 Installation 0003 Shipping & Handling (if applicable) Quotes for refurbished items will not be accepted. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 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. This request for quotes (RFQ) for commercial items is in accordance with FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. It will be the responsibility of the offeror to check the website http://www.fbo.gov for the issuance of any amendments to the solicitation. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53 (effective 4 August 2011). This solicitation is set-aside for small business concerns under the applicable North American Industry Classification System (NAICS) Code 337215 - Showcase, Partition, Shelving, and Locker Manufacturing, which has a Small Business Administration small business size standard of 500 employees. Offerors must provide product literature accompanying the quote. Quotes must include pricing for all applicable components of the lockers. See attached provisions and clauses. Offerors must complete the DFARS 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate and include a copy of the completed certificate with your quote. The Government will award a single firm fixed price purchase order. To be eligible for award, offerors must register, or already be registered with the Central Contractor Registration (CCR) database and the Online Representations and Certifications Application (ORCA). For more information, please see https://www.bpn.gov/ccr/default.aspx and https://orca.bpn.gov/. Quotes are due on or before 12:30pm EST on Friday, 23 September 2011. Quotes must be submitted via email to melissa.marcellus@usuhs.mil. Quotes received after this 23 September 2011 deadline, or via any means other than email will not be evaluated. Quotes must contain a cover sheet containing the solicitation number of this combined synopsis/solicitation, offeror's DUNS number, Tax ID number, and offeror point of contact. All questions/clarifications in reference to this RFQ must be submitted via email to the Contract Specialist, Melissa T. Marcellus, at melissa.marcellus@usuhs.mil, no later than 12:30pm EST on Monday, 19 September 2011. Only electronic submissions of questions/clarifications will be accepted. Questions/clarifications will be addressed in an amendment to the solicitation. Any questions/clarifications submitted after 12:30pm EST on 19 September 2011, or via any means other than what is specified above, will not be answered. Award will be made to the offeror representing the best value to the Government using tradeoffs between the evaluation factors identified below. The Government is not required to award to the lowest priced offeror or to the highest technically-rated offeror. Quotes received by the deadline of 12:30pm EST on 23 September 2011, will be evaluated using the following evaluation factors: 1. Technical - the offeror's quote must illustrate that the proposed item, at a minimum, meets the minimum specifications identified above (ex. By providing product literature). The offeror must also identify the delivery lead time. The lockers quoted must match existing lockers for uniformity. 2. Price - the offeror shall provide total pricing for all applicable components, to include shipping charges, as applicable, showing the breakdown of these costs. The Government reserves the right to award without discussions. Each offeror is urged to examine the RFQ and ensure that the submitted quote contains all necessary information, provides all required documentation, and is complete in all aspects.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-11-Q-0393/listing.html)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02575998-W 20110916/110914235928-b149cdd55207bc68ecc3fa0ae127b38b (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.