SOLICITATION NOTICE
71 -- OFFICE FURNITURE - Furniture Price List Specifications
- Notice Date
- 6/29/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- Corporation for National and Community Service, Procurement, Office of Procurement Services, 1201 New York Avenue, NW, Washington, District of Columbia, 20525
- ZIP Code
- 20525
- Solicitation Number
- CNSHQ12T0063
- Archive Date
- 7/26/2012
- Point of Contact
- Danita Douglas, Phone: 202-606-6912, Leroy Dawson, Phone: 202/606-7551
- E-Mail Address
-
DDouglas.guest@cns.gov, ljdawson@cns.gov
(DDouglas.guest@cns.gov, ljdawson@cns.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Furniture Price List Specifications 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 synopsis is issued as a Request for Quotation (RFQ). The RFQ number for this requirement is CNSHQ12T0063. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59 dated May 15, 2012. This RFQ is set aside 100% for Small Business (SB) concerns. The applicable NAICS codes are: 337211, and the SBA size is 500 employees. REQUIREMENT DESCRIPTION: This requirement is for office furniture. Location will be 2715 Confederate Avenue, Vicksburg, MS 39180. See Attachment A Pricing Sheet for furniture specifications. SPECIAL INSTRUCTIONS: All furniture required to be carried up at least two flights of stairs in one building. A forklift and loading ramp is NOT available so a truck with lift-gate will be required. Bid should include delivery, set-up and disposal of boxes/pallets/crates. DELIVERY: Delivery within 30 calendar days after receipt of award. This requirement is for items which are "brand name or equal." Offerors shall clearly identify the item by brand name and part or model number. If offering "equal" items, offerors shall provide color images of products and diagrams identifying product dimensions. Alternative bids must meet or exceed the item requested and provide sufficient descriptive literature for review and comparison. QUOTE CONTENTS, FORMAT, and SUBMISSION: Provision 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Your proposal must include the following information: 1) Offeror Representations and Certifications 2) Attachment A Pricing Sheet, including the following: At a minimum each quote shall provide the product description with dimensions, unit pricing, ordering and delivery times and terms, and a statement that each quote is valid for a period of at least 30 calendar days. All quotes shall include individual and total pricing, visual/photographic supporting documentation (if offering "equal" items), contact information, description of delivery and installation times and procedures All quotes shall be submitted electronically via e-mail ddouglas.guest@cns.gov or facsimile 202-606-3488. QUOTE EVALUATION AND AWARD: Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the government, which represents lowest evaluated cost or price, technically acceptable bid. The Government intends to issue a single award, however reserves the right to make multiple awards if advantageous to the Government. ALL VENDORS SUBMITTING A QUOTE FOR THIS REQUIREMENT MUST BE REGISTERED IN CENTRAL CONTRACTOR REGISTRY (CCR) TO BE CONSIDERED FOR AWARD. LACK OF REGISTRATION IN THE CCR DATABASE WILL MAKE THE OFFEROR INELIGIBLE FOR AWARD. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition. The full text version may be viewed at http://www.acquisition.gov/far.FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with their proposal or indicate that the registration has been completed at the ORCA website http://www.orca.bpn.gov. Failure to include this information with the price proposal may render an offeror ineligible for award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items, with its offer. The FAR Clause 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition and will be incorporated into any resulting contract. The BPA will be prepared IAW FAR Part 13.303-3. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-25 Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-34 Payments by Electronic Funds Transfer-Other than Central Contractor Registration 52.232-37, Multiple Payment Arrangements; 52.204-7, Central Contractor Registration; 52.219-27, Notification of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 52.252-2, Clauses Incorporated By Reference; 52.232-36, Payment By Third Party; and 52.222.41. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors can register at www.ccr.gov. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. QUOTES DUE DATE: All quotes shall be submitted no later than 12:00 p.m. EST, Wednesday, July 11, 2012. Multiple e-mails are acceptable. QUESTIONS: Offerors shall submit all questions in writing by 12:00 p.m. EST, Thursday July 5, 2012 via email to ddouglas.guest@cns.gov with cc to ljdawson@cns.gov. Questions received after the aforementioned date shall not be honored. SERVICE OF PROTEST (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Roderick Gaither Corporation for National & Community Service 1201 New York Ave NW (8th Floor) Washington, DC 20525 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Leroy Dawson, Contracting Officer, Ph.: 202-606-7751 (office), Fax: 202-606-3488.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/CNSHQ12T0063/listing.html)
- Place of Performance
- Address: 2715 Confederate Avenue, Vicksburg, Mississippi, 39180, United States
- Zip Code: 39180
- Zip Code: 39180
- Record
- SN02790668-W 20120701/120629235043-99cd15cbdde0572e9602393710c9f0ab (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 |