Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2013 FBO #4116
SOLICITATION NOTICE

71 -- Purchase Teknion Modular Walls

Notice Date
2/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2273 Reynolds Rd, JBSA Ft Sam Houston, Texas, 78234-7584, United States
 
ZIP Code
78234-7584
 
Solicitation Number
FM301623480032A
 
Archive Date
3/23/2013
 
Point of Contact
Michael B. Dargan, Phone: 2102210884, Derrick J. Johnson, Phone: 2108086148
 
E-Mail Address
michael.b.dargan.civ@mail.mil, derrick.j.johnson2.civ@mail.mil
(michael.b.dargan.civ@mail.mil, derrick.j.johnson2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Please print out solicitation or e-mail Michael Dargan at michael.b.dargan.civ@mail.mil if your interested in this requirement. The government was unable to attach the solicitation & Statement of need as seperate documents. 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 is a Request for Quote (RFQ) for the design and install of a Teknion Leverage durable modular walls/partition package for the Medical Education & Training Campus (METC) Navy School Corps located at Fort Sam Houston, Joint Base San Antonio (JBSA), TX, 78234. All items are "Brand Name" or "Equal". The award will be made IAW FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement is being solicited as a 100% Small Business Set Aside. The NAICS Code for this requirement is 337215, with a size standard of 500 employees. Solicitation number FM301623480032A is issued as a RFQ for this requirement. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-65 effective 29 January 2013. The Government intends to award one Firm Fixed Price contract for this requirement on Fort Sam Houston, JBSA. The Government may cancel this solicitation at any time ADDENDUM to FAR 52.212-1 Instructions to Offerors - Commercial Items: 1. A site visit will be scheduled for Wednesday, 6 March 2013 at 2:00 PM Central Standard Time. Please e-mail michael.b.dargan.civ@mail.mil NLT 11:00 AM on Tuesday, 5 March 2013 if you are requesting to attend the site visit. All contractors will meet at MIF 4, Rm 314, 3068 William Hardee road, Fort Sam Houston, JBSA, TX 78234. 2. Solicitation Questions: Questions will be accepted until 09:00 AM Central Standard Time Thursday, 7 March 2013. Answers to questions will be made accessible to all potential offerors. Questions shall be in writing and sent via e-mail to: michael.b.dargan.civ@mail.mil or derrick.johnson2.civ@mail.mil or faxed to (210)808-6143, ATTN: Michael Dargan or Derrick Johnson. 3. Quote Requirements: Quotes must include unit and extended prices for all line items, estimated delivery date, all required Offeror Representations and Certifications (See FAR 52.212-3 below), Offeror Cage Code and Discount Terms, if applicable. All quotes are due no later than 2:00 PM Central Standard Time Friday, 8 March 2013. Quotes may be e-mailed to michael.b.dargan.civ@mail.mil or derrick.johnson2.civ@mail.mil or faxed to (210)808-6143, ATTN: Michael Dargan or Derrick Johnson. 4. Evaluation: The Government will employ a Best value evaluation-Lowest Price Technically Acceptable method for this requirement. A single award shall be made to a capable, responsive offeror who meets all solicitation requirements. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered, you may request an application at (866) 606-8220 or through the SAMs website at http://www.sam.gov. Include the unit price and the extended price for all CLINs. All items are "Brand Name" or "Equal". NO. DESCRIPTION MODEL#: QTY UNIT OF ISSUE UNIT PRICE EXTENDED PRICE 1. "Brand Name "or "Equal" Teknion Leverage Durable Modular Walls/Partition Package as outlined in the attached Statement of Need, dated 28 Feb 13. Teknion 1 EA TOTAL = tiny_mce_marker ________ Note: Delivery location is MIF 4, Rm 314, 3068 William Hardee Rd, Fort Sam Houston, and JBSA in San Antonio, TX 78234. Contractors must provide detailed specifications for proposed equivalent or equal items. Contractor needs to provide the following information: (Contractor must be registered on SAM) DUNS number: ______________________ Cage Code: _______________________ Federal Tax ID: _______________________ Email Address: ______________________________________ Phone Number: ___________________________ Fax Number: _____________________ Name of person quoting (signature if faxing): _________________________________ FOB: Destination INSPECTION AND ACCEPTANCE: Destination Period of Performance: eight (8) weeks After Receipt of Order (ARO) The following provisions and clauses apply to this procurement: FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 numbers, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. As prescribed in 9.409, insert the following clause: Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (a) Definition. "Commercially available off-the-shelf (COTS) item," as used in this clause-- (1) Means any item of supply (including construction material) that is- (i) A commercial item (as defined in paragraph (1) of the definition in FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products. (b) The Government suspends or debars Contractors to protect the Government's interests. Other than a subcontract for a commercially available off-the-shelf item, the Contractor shall not enter into any subcontract in excess of $30,000 with a Contractor that is debarred, suspended, or proposed for debarment by any executive agency unless there is a compelling reason to do so. (c) The Contractor shall require each proposed subcontractor whose subcontract will exceed $30,000, other than a subcontractor providing a commercially available off-the-shelf item, to disclose to the Contractor, in writing, whether as of the time of award of the subcontract, the subcontractor, or its principals, is or is not debarred, suspended, or proposed for debarment by the Federal Government. (d) A corporate officer or a designee of the Contractor shall notify the Contracting Officer, in writing, before entering into a subcontract with a party (other than a subcontractor providing a commercially available off-the-shelf item) that is debarred, suspended, or proposed for debarment (see FAR 9.404 for information on the Excluded Parties List System). The notice must include the following: (1) The name of the subcontractor. (2) The Contractor's knowledge of the reasons for the subcontractor being in the Excluded Parties List System. (3) The compelling reason(s) for doing business with the subcontractor notwithstanding its inclusion in the Excluded Parties List System. (4) The systems and procedures the Contractor has established to ensure that it is fully protecting the Government's interests when dealing with such subcontractor in view of the specific basis for the party's debarment, suspension, or proposed debarment. (e) Subcontracts. Unless this is a contract for the acquisition of commercial items, the Contractor shall include the requirements of this clause, including this paragraph (e) (appropriately modified for the identification of the parties), in each subcontract that- (1) Exceed $30,000 in value; and (2) Is not a subcontract for commercially available off-the-shelf items. (End of Clause) FAR 52.211-6, Brand Name or Equal FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-4, Addendum, Contract Terms And Conditions - (Feb 2012) Commercial Items Reference FAR 52.212-4, Paragraph (c ) is hereby tailored as follows: (c ) Changes. 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 paying office, appropriate data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this Contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the software licensing Agreement shall prevail in lieu thereof. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.225-13, and 52.232-33 FAR 52.219-1, Small Business Program Representations; FAR 52.219-1 Alt I FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest FAR 52.247-34, F.o.b. - Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses incorporated by reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008, Export - Controlled Items DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.225-7002, 252.225-7021 Alt 1, 252.232-7003, 252.247-7023 DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.201-9101, Ombudsman, (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact Mr. David E. Jones, Deputy Director of Contracting (HQ AETC/PK), 2035 First Street West Ste 1, Randolph AFB, TX 78150-4304, (210) 652-7907, fax (210) 652-8344, david.jones9@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire on the status of your payment. 28 February 2013 STATEMENT OF WORK/NEED: 1. Minimum Requirements / Specifications/ Salient Characteristics • Teknion Leverage Durable Wall Paneling • Durable Modular Cabinets • Patient/Provider Seating • Wall mount capability (diagnostic equipment) • Medal frame color: Latte • Panel fabric: Grade 1: "Thatched" • Fabric color: "Natural" • Privacy Screen: Translucent glass Permanent wall dividers for MIF 4 room 314. The room will have to be reconfigured from a current 10 bed to 14 bed workarea. The portioning systems shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. Nomenclature: Paneling/Modular Cabinetry Model No: Teknion Leverage Performance/Operating Conditions: Characteristics: Durable paneling system, combined with modular cabinets and seating options. Dimensions: Must be sturdy and no shorter than 96 inches tall and no more than 3 inches wide, Must have dry erase boards attached to wall that are no smaller than 30 inches wide. 14 units, (7'X 5'X 96"h), w/ 15" metal over panels, 11'X 5' storage area. Must be able to construct a separate storage area with security measures in place. Work must be able to be completed over the weekend if necessary and in no more than 5 business days. Example: Wed, Thurs, Fri, Sat, Sun 2. DELIVERY TERMS: Delivery shall be Fort Sam Houston at Anderson Hall 3488 Garden Avenue and be completed in accordance with the offeror's commercial schedule, but not later than eight (8) weeks from date of award. 3. DOCUMENTATION: The contractor shall provide one (1) copy set of the operating manual to include schematics, installation, operation and maintenance and any other applicable manuals for system. Documentation shall be provided in English in hard copy and on CD/DVD ROM. 4. WARRANTY: The contractor shall warrant the entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a5e891f6a32d04441319bb70bb599203)
 
Place of Performance
Address: MIF 4, Rm 314, 3068 William Hardee Road, Fort Sam Houston, Texas, 78234, United States
Zip Code: 78234
 
Record
SN02998480-W 20130302/130228234717-a5e891f6a32d04441319bb70bb599203 (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.