Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2013 FBO #4066
SOLICITATION NOTICE

71 -- Furniture

Notice Date
1/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337121 — Upholstered Household Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Northern Navajo Medical Center, PO Box 160, US Highway 491 North, Shiprock, New Mexico, 87420-0160
 
ZIP Code
87420-0160
 
Solicitation Number
SSU-FY13-247-YJ
 
Archive Date
1/29/2013
 
Point of Contact
Yvonne Jumbo, Phone: 5053687029
 
E-Mail Address
yvonne.jumbo@ihs.gov
(yvonne.jumbo@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is being issued as 100 percent Small business set aside (Small Business, Small Disadvantage Business, Women-Owned Small Business, HUBZone, Small Business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business). The North American Industry Classification System (NAICS) Code is 442110. This is a combined synopsis/solicitation for commercial items prepared 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 solicitation is issued as a Request for Quotation (RFQ). Submission of written quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. Verbal offers will not be accepted. A purchase order will be issued to the vendor who is determined to offer the best value to the Government. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. I. Submission of Quotes Due Date: Monday, 14 January 2013 at 4:30 PM, Mountain Standard Time (MST) Submitted quotes must be effective for 90 days after submission. Offers may be faxed to 505-368-6490, Attention: Yvonne Jumbo, or quotes may be emailed to yvonne.jumbo@ihs.gov (Email is preferred). Quotes must be received no later than Monday, 14 January 2013 4:30 P.M. Mountain Standard Time. Quotes received after 4:30 PM, MST will be late and will not be considered for award. II. Company Info: Please provide the following information (if applicable): Legal Business/Company Name (as it is indicated in SAM): DUNS # Cage Code Number: Point of Contact (POC): Name and Telephone number E-Mail Address: Federal Tax ID#: III. Description of Goods/Services: Ashley Furniture Homestore IV. Please complete the unit price/extended amount/total cost and terms below: This is a Brand Name or Equal Request for Wright Line Furniture. If not submitting name brand please send specifications of alternative items. ITEM DESCRIPTION including Quantity, Unit, Unit Price, and Extended Amount 1. B676-31 Owensboro DRESSER - 60.00" W x 18.00" D x 36.25" H Metric: 1524.00 mm W x 457.20mm D x 920.75mm H Dark Brown finish. Slate look ceramic tile details in headboard, mirror and dresser. Bronze color hardware. Beveled glass mirror. Bracket detail on pilasters. Framed drawer fronts. Center glide drawers have English/English drawer box construction. QUANTITY: 38 each 2. 5380138 Mercer SOFA - 90.00" W x 37.00" D x 39.00" H Color: Cafe Metric: 2286.00mm W x 939.80mm D x 990.60mm H Seats and back spring rails are cut from 7/8" hardwood. Cushion cores are constructed of low melt fiber wrapped over high quality foam. QUANTITY: 23 each 3. 7034322 Buckingham QUEEN ANNE CHAIR - 30.00" W x 33.00" D x 42.00" H Metric 762.00mm W x 838.20mm D x 1066.80mm H Cushion cores are constructed of low melt fiber wrapped over high quality foam. Metal base with swivel. QUANTITY: 23 each 4. D451-25 Naomi RECTANGULAR DINING ROOM TABLE w/4 chair for each table 38.13" W x 60.13" D x 30.50" H Metric: 968.38mm W x 1527.18mm D x 774.70mm H Veneers and hardwood solids. Dark Brown finish. Wood framed chairs, dark brown PVC cover with top stitched accents. Thick table tops, gloss polyurethane finish. QUANTITY: 23 each Deliver/Ship To: Northern Navajo Medical Center US Hwy 491 North Shiprock, New Mexico 87420 FOB: (Government prefers Destination) Payment Terms: Delivery Date: 7-10 days after receipt of award, no exceptions. V. Mandatory Registrations: To be eligible to receive an award resulting from this RFQ, the apparent successful quoter must be registered the System for Award Management (SAM) and registrations must be current. If your Reps & Certs are not current go to https://www.sam.gov/, no exceptions. The following clauses and provisions are applicable to this solicitation. FAR 52.204-99, System for Award Management Registration (Deviation), FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.219-6, Notice of total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.246-17, Warranty of Supplies of a Noncomplex Nature; FAR 52.247-34, F.O.B. Destination. All clauses and provisions may be accessed electronically at https://farsite.hill.af.mil or www.arnet.gov. VI. Basis for Award. Award will be made to the acceptable quoter with the lowest evaluated price, who is deemed responsible in accordance with FAR 9.104 and whose quote conforms to the solicitation. Since award will be based on initial responses, quoters are highly encouraged to quote their most advantageous pricing in their initial response. VII. Best Value Determination. The Government will award a contract resulting from this solicitation the technically acceptable responsible quoter whose quote conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines a quoter to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that quoter without further evaluation of other quoters. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. QUOTE BY: ___________________________ TITLE: _______________________ (Typed or Printed Name) SIGNATURE: __________________________ DATE: __________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/GPO16835/SSU-FY13-247-YJ/listing.html)
 
Place of Performance
Address: Northern Navajo Medical Center, US Hwy 491 North, Shiprock, New Mexico, 87420, United States
Zip Code: 87420
 
Record
SN02961804-W 20130111/130109234027-eae6589a831d5de678d2fbfafc2a04aa (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.