Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2014 FBO #4478
MODIFICATION

71 -- Furniture

Notice Date
2/25/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1001 Tank Battalion Ave, Ft. Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91151-14-T-0641
 
Response Due
2/27/2014
 
Archive Date
8/26/2014
 
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
MODIFICATION NOTICE:Bids are being solicited under solicitation number W91151-14-T-0641. 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. 574280_01. 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. 30The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-02-27 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be, null null The MICC Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001: Leap; Chair, Upholstered, adjustable seat depth, Sewn PLASTIC:6205 BLACK UPHLSTRY: 5813 CURRANT SOFT CASTERS See Furniture Layout, 6, EA; LI 002: Player; Chair-Sled base, smooth arms, glides FRAME:6205 BLACK UPHLSTRY:5B01 FOGGY NIGHT THICK ST UPH THICK SEAT SET SOFT GLIDES, 40, EA; LI 003: Player; Chair-Sled base, No arms, Glides FRAME:6205 BLACK UPHLSTRY: 5B01 FOGGY NIGHT THICK ST UPH THICK SEAT SET SOFT GLIDES, 6, EA; LI 004: Light-Shelf, 32 watt, Electronic ballast, Lamp, 9 foot cord, 49W, 6, EA; LI 005: Receptacle-Duplex, 3 circuit, 3+D, Shared neutrals, 15 amperage, Line 1, PLASTIC:6000 BLACK, 6, EA; LI 006: Receptacle-Duplex, 3 circuit, 3+D, Shared neutrals, 15 amperage, Line 2, PLASTIC :6000 BLACK, 6, EA; LI 007: Cantilever-Shared BASIC: 4718 GROTTO, 12, EA; LI 008: Panel-Tackable acoustical, 3 circuit, Medium top cap, 30 5/16W x 64 ll/16H BASIC:4718 GROTTO SURF-1:G201 NEW ANDANTE SURF-2:G201 NEW ANDANTE WIRE OPT SHRD PWYSTD:3 CIRCUIT, SHARED NEUT, 3, EA; LI 009: Panel-Tackable acoustical, medium top cap, 42 5/16W x 64 ll/16H BASIC:4718 GROTTO SURF-1:G201 NEW ANDANTE SURF-2:G201 NEW ANDANTE, 12, EA; LI 010: Panel-Tackable acoustical, 3 circuit Medium top cap, 42 5/16W x 64 ll/16H BASIC:4718 GROTTO SURF-1:G201 NEW ANDANTE SURF-2:G201 NEW ANDANTE SHRD PWYSTD:3 CIRCUIT, SHARED NEUT, 3, EA; LI 011: Bracket-Side support, 6, EA; LI 012: Pedestal-Fixed, 2 box / 1 file, Lock Avenir pull, 23 l/2D BASIC:4718 GROTTO LOCK:9201 POLISHED CHROME PULL:0835 BLACK KEYS:SK PLUG, 6, EA; LI 013: Pedestal-Fixed, 2 files, Lock Avenir pull, 23 l/2D BASIC:4718 GROTTO LOCK:9201 POLISHED CHROME PULL:0835 BLACK KEYS:SK PLUG, 6, EA; LI 014: Worksurface-Corner, Curved, 23 l/2DL x 23 l/2DR x 41 5/8WL x 41 5/8WR EDGE:6034 NATURAL CHERRY TOP-SURF: 2412 NATURAL CHERRY WKSF OPT:WORKSURFACE OPTION SCALLOPSTD:SCALLOPS, 6, EA; LI 015: Worksurface-Straight, 23 1/2D x 24 1/8W EDGE:6034 NATURAL CHERRY TOP-SURF: 2412 NATURAL CHERRY WKSF OPT:WORKSURFACE OPTION SCALLOPSTD:SCALLOPS, 6, EA; LI 016: Worksurface-Straight, 23 1/2D x 30 1/8W EDGE:6034 NATURAL CHERRY TOP-SURF: 2412 NATURAL CHERRY WKSF OPT:WORKSURFACE OPTION SCALLOPSTD:SCALLOPS, 6, EA; LI 017: Attachment package, 2 or 3 panels Same height, Right angle, Flush corners, 3, EA; LI 018: Power pole, 4 circuit, 65H BASIC:4718 GROTTO UPRIGHT:G201 NEW ANDANTE, 1, EA; LI 019: Design Charges, 1, EA; LI 020: Installation: Includes line items 001-018. No site visit will be held for this requirement. The contractor shall provide all labor and tools necessary to deliver, install and assemble furniture. The Government point of contact will be provided at contract award. The contractor shall clean up the work site, removing all debris and refuse from the site., 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, MICC Fort Hood 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. MICC Fort Hood 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.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. Fedbid is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures. See attached applicable clauses In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. 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 52.212-2, Evaluation- Commercial Items; 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. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. SAM Requirement - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 days, after submission. No partial bids will be accepted. The applicable NAICS code for this procurement is 337214 with the related size standard of 500 employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote non-responsive. Proposed responders must submit any questions concerning this solicitation before 25 FEB 2014 at 1:00 PM, CST (1000), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3065faa7b7b64680c44392108fc246f1)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN03295938-W 20140227/140225234449-3065faa7b7b64680c44392108fc246f1 (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.