Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2013 FBO #4128
MODIFICATION

71 -- HAATS BILLET FURNITURE

Notice Date
3/12/2013
 
Notice Type
Modification/Amendment
 
NAICS
442110 — Furniture Stores
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Colorado, Attn: Mail Stop 53, 660 South Aspen Street, Building 1005, Aurora, Colorado, 80011-9511
 
ZIP Code
80011-9511
 
Solicitation Number
W912LC-13-R-0004
 
Archive Date
3/28/2013
 
Point of Contact
James S. Rawlings, Phone: 7208478677
 
E-Mail Address
james.s.rawlings.ctr@mail.mil
(james.s.rawlings.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Item #1 Billet Room Furniture Contact Information James Rawlings Contract Specialist USPFO, Colorado (720) 847-8677 James.s.rawlings.ctr@mail.mil This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. The Colorado National Guard will be awarding a Firm-Fixed Price Contract. 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 quotes (RFQ) in accordance with FAR Parts 12. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-33 Effective on June 15, 2009. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARS) can be accessed on the internet at http://farsite.hill.af.mil/. The Colorado Army National Guard is looking for the purchase and installation of furniture at our High Altitude Aviation Training Site (HAATS). Please see attached scope of work for additional details. The Colorado Army National Guard is looking to purchase all of the items in the statement of work therefore partial quotes will not be accepted. This is set aside for small business concerns. Please include warranty information with your quote. All firms who bid on this project must have a Colorado presence and be able to respond to warranty issues within three business days. See attached SOW for warranty specifics on the billet room furniture. Please include a delivery timeframe with your quote. An award will be made based on LPTA (lowest price technically acceptable). The government will review each contractor's capability to determine which contractor is best suited to meet the Government's needs. Please be sure to review all of the documents before submitting questions to the contracting office. Attached is the Colorado Army National Guard's statement of work. The brand name items used in this statement of work were used for the basis of design. The Colorado Army National Guard will be accepting brand name or equal to items. Please include any and all photos as well as cut sheets of the items quoted if they are considered an equal item. A floor plan is also attached for a better knowledge of the furniture layout. The attached schedule will supersede the drawings when quantities come into question. Vendors must be able to accommodate a site visit of their facility to view furniture pieces being provided. If the furniture is not on site then cut sheets need to be made available to the Colorado Army National Guard for review. The Colorado Army National Guard will approve fabrics and colors after award. This solicitation is set aside for small business concerns. The North American Industrial Classification System (NAICS) code for this procurement is 442110 and the small business standard is $19.0M. This solicitation will end on March 13, 2013 1730 EST. Quotes received after this time will not be accepted. All questions need to be emailed to James Rawlings by 1200 EST March 1, 2013 and will be posted as a modification document to this solicitation. Answers to these questions will be up by March 5, 2013. Delivery Information: All products will be delivered and installed at the HAATS location in Gypsum Colorado Please send quotes and questions to james.s.rawlings.ctr@mail.mil Quotes shall reference solicitation #W91LC-13-R-0004. Quoted prices shall include any and all charges that may apply. The following FAR clauses are applicable to this acquisition: 52.202-1 Definitions 52.203-5 Covenant against Contingent Fees 52.204-7 Central Contractor Registration 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offeror-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representation & Certifications-Commercial Items 52.212-4 Contract Terms & Conditions Commercial Items 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.222-1 Notice to the Government of Labor Disputes 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act 52.222-50 Combating Trafficking in Persons 52.223-6 Drug-Free Workplace 52.225-13 Restrictions on Certain Foreign Purchases 52.225-1 Buy American Act-Supplies 52.228-5 Insurance-Work on a Government Installation 52.232-33 Payment by Electronic Funds Transfer Central Contract Registration 52.233-2 Service of Protest 52.243-1 Changes-Fixed Price 52.244-6 Subcontracts for Commercial Items 52.252-2 Clauses Incorporated by Reference The Following DFARs clauses are applicable to this acquisition; 252.203-7002 252.204-7004 Alt A Central Contractor Registration Alternate A 252.211-7003 Alt I Item Identification and Valuation 252.212-7001 Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7001 Buy American Act & Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests & Receiving Reports. 1. INSURANCE - MINIMUM AMOUNTS 1.1. Reference Contract Clause titled, "Insurance -Work on a Government Installation (FAR 52.228-5). Kinds and minimum amounts are as follows: KIND AMOUNTS (FAR 28.307-2) Workmen's Compensation $100,000 (see paragraph 1.2, below) Comprehensive General Liability $500,000 per occurrence for bodily injury Comprehensive Automobile Liability $200,000 per person and $500,000 per accident for bodily injury and $20,000 for property damage (If applicable) $200,000 per person and $500,000 per occurrence Aircraft Public and Passenger for bodily injury, other than passenger Liability liability and $200,000 per occurrence for property damage; coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats $200,000 multiplied by the number of seats or passengers, whichever is greater. 1.2. Except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. 1.3. NOTE: Before commencing work under this contract, the Contractor shall certify to the Contracting Officer, in writing, that the required insurance has been obtained. The policies referenced in the certification (s) shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed prescribe or (2) until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. The Contractor shall maintain a copy of proofs of required insurance, and shall make copies available to the Contracting Officer upon request. The Contractor shall maintain a copy of all subcontractors' proofs of required insurance, and shall make copies available to the Contracting Officer upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA05/W912LC-13-R-0004/listing.html)
 
Place of Performance
Address: GYPSUM COLORADO, GYPSUM, Colorado, United States
 
Record
SN03009693-W 20130314/130312234804-0c0c4e19eaeda23e684e975aac9a459b (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.