Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2013 FBO #4382
MODIFICATION

71 -- Furniture BIA OJS Muskogee Office

Notice Date
11/21/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
1001 Indian School Road NW, Albuquerque, NM 87104
 
ZIP Code
87104
 
Solicitation Number
40118467
 
Response Due
11/26/2013
 
Archive Date
5/25/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number 40118467. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 576382. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-11-26 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Muskogee, OK 74402 The Bureau of Indian Affairs requires the following items, Exact Match Only, to the following: LI 001: Heavy Duty Cross Cut Shredder, Light Gray, Item No. 91721, 1, EA; LI 002: Executive Desk 72x36, English Cherry, Item No. 15057, 1, EA; LI 003: Computer Credenza, English Cherry, Item No. 15059, 1, EA; LI 004: Lateral File Two Drawer, English Cherry, Item No. 30340, 1, EA; LI 005: Bookcase with Doors 72" H, English Cherry, Item No. 32557, 1, EA; LI 006: Conference Table 96" x 48" Rectangular, English Cherry, Item No. 40615, 1, EA; LI 007: Executive High Back Leather Chair, Black Leather, Black Frame, Item No. 50487, 6, EA; LI 008: Executive Faux Leather/Vinyl Chair, Black Faux Leahter/Vinyl, Canopy Mohagany Finish, Item No. 50833, 1, EA; LI 009: Guest Chair, Black Faux Leather-Vinyl/Canopy Mohagany Wood Finish, Item No. 51427, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Indian Affairs intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Indian Affairs is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment and Furniture ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Shipping must be free on board (FOB) destination CONUS (Continental U.S.) INSIDE DELIVERY REQUIRED, which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal Bid MUST be good for 90 calendar days after close of Buy. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. FAR 52.249-01, 52.249-8, 52.217-09, 52.217-06, The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Shipping must be free on board (FOB) destination CONUS, Inside Delivery Is Required. Freight/Shipping/Handling/Applicable and Taxes shall be inclusive of the overall price and will not be paid as a seperate line item. The Contractor's invoices must be submitted before payment can be made. The Contractor will be paid on the basis of the invoice, which must state (a) the starting and ending dates of the subscription delivery, the contract or purchase order number and the word ?FINAL? on final invoice, (b) either that orders have been placed in effect for the addressees required, or that the orders will be placed in effect upon receipt of payment. Payment will be made by: Invoice Processing Platform System, US Department of Treasury, http://www.ipp.gov (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 7 months. Applicable Law for Breach of Contract Claim, FAR 52.233-04 Service of Protest--Department of the Interior (Deviation), FAR 52.233-02 An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's listed specs whichever is applicable to the buy. Preference will be given to offeror?s who can provide exact items only. The items must be compatible with current equipment in use and standardization policy. 52.204-04Printed or Copied Double-Sided on Postconsumer, May 2011, Fiber Content Paper. Incorporated by reference 52.223-15Energy Efficiency in Energy-Consuming Products, Dec 2007, incorporated by reference This clause implements the temporary policy provided by OMB Policy memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a)Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b)Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c)The acceleration of payments under this clause does not provide any new rights under the Prompt payment Act. (a)FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. See full text at http://wwww.farsite.hill.af.mil At the discretion of the Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/40118467/listing.html)
 
Place of Performance
Address: Muskogee, OK 74402
Zip Code: 74402
 
Record
SN03238953-W 20131123/131121234243-d0b94d6406d549a5830eecc5feaf81e0 (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.