Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2014 FBO #4645
MODIFICATION

72 -- Dining Facility Decor

Notice Date
8/11/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
761st Tank Battalion, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91151-14-T-0742A
 
Response Due
8/20/2014
 
Archive Date
2/16/2015
 
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
AMENDMENT NOTICE: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.The solicitation number is W91151-14-T-0742A and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-08-20 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Hood, TX 76544 The MICC Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001: Swags and Cascades Window Treatments. 5'-11" wide x 10 - 12" Drop Swags. Cascades 24" - 36" drop. Lined. Fabric Pattern: Blue Geo, Color: Slate for building 91226. Awarded Vendor must verify measurement at time of award., 10, EA; LI 002: Roller Blinds # VRB-6W6L, brand name or equal. Clutch Operated Chain Driven Roller Shade, light filtering vinyl - 5% opening to fit window size above. Color to be selected. Option # 2 vertical blinds to fit 5'-11" w x 5' - 8" l for building 91226. Awarded vendor must verify measurement at time of award., 10, EA; LI 003: Re-measure, Removal of old and installation. Pre-measure, remove old and install swags and cascades, roller shades and/or verticals blinds. This shall be based on one trip to pre-measure and second trip to remove and install at building 91226. Awarded vendor must verify measurement at time of award., 1, EA; LI 004: Signage, PN# BA-ARA-96W20H-BLRL, brand name or equal. Supply and install 15 signs, over serving lines. Signs to neon fluorescent, non electrical framed signage. Lettering approximately 8 inches tall. Colors TBD by POC at time of order. Panels architecturally stable, 1/4 " framed signed - quality lettering. Qty (2): "Salad Bar". Qty. (2):" Scullery", Qty (1):" Short Order", Qty (1): "Potato Bar", Qty (1): "Main Line", Qty (1): "Short Line", Qty. (1): "Condiments", Qty (1): "Ice Cream", Qty (1): "Sandwich Take Out", Qty (4): "Beverages.? This signs shall be delivered and installed in building 91226. Awarded vendor must verify measurement at time of award., 15, EA; LI 005: Silk Plants #GRS-M-12172, brand name or equal. 172 linear ft. 75% fullness of silk grasses and aired plants for half wall planters. Includes foam and moss. Items come together as one lot. Silk plants shall be delivered to building 91226. Awarded vendor must verify measurement at time of award., 1, EA; LI 006: Historical Time Line ARA-B-GRLTR-350, brand name or equal. Up to 350 linear ft. US Army History Time Line, up to be 15.5" high. Measurement to be determined at time of award. Blue background, museum quality on a metal core backing. Panels must be architecturally stable, foam core will not be accepted. Time line to include up to 11,500 light gray letters, headings to be in 3" black. Historical timeline shall be delivered and installed in building 91226. Information will be provided at time of award. Awarded vendor must verify measurement at time of award., 1, EA; LI 007: Large Artwork #LA-9648, brand name or equal. Approx. 8'w x 4'h Stadiums prints one. Museum quality on a metal core backing. Panels must be architecturally stable. Foam core will not be accepted. Model #s: TX-S-10007, TX-S- 27051, TX-S-74621A & TX-S-74621B on Fort Lee Quartermaster website. Large artwork shall be delivered and installed in building 91226. Awarded vendor must verify measurement at time of award., 4, EA; LI 008: Medium-Large Artwork #M-LA-6048, brand name or equal. Approx. size 6'w x 4'h prints on museum quality photos on a metal core backing. (8) qty. military historical prints Model #'s: H-12769, H-14176, H-17621, H-26045, H-15872, H-70757, H-30412, H-16821 may be found on Fort Lee Quartermaster website. (1) qty. NFL print Model #: S-TX7332. Panels must be architecturally stable. Foam core will not be accepted. Medium-Large Artwork shall be delivered and installed in building 91226. Awarded vendor must verify measurement at time of award., 9, EA; LI 009: Medium Artwork #MA-36-48, brand name or equal. Approx. size 3' w x 4' h prints on museum quality photos on a metal core. (9) qty. historical prints, (3) qty. NBA, NFL, MLB Prints. Panels must be architecturally stable. Foam core will not be accepted. Medium Artwork shall be delivered and installed in building 91226. Awarded vendor must verify measurement at time of award., 14, EA; LI 010: Small Framed Artwork #FA-2448, brand name or equal. Approx. 2' w x 4" h framed artwork. Raised gold frame, double matted, plexiglas, security hardware. Small Framed Artwork shall be delivered and installed in building 91226. Awarded vendor must verify measurement at time of award., 8, EA; LI 011: Crowd Control Post and Signs #CR-CRS-13, brand name or equal. 20 crowd control post with black belt to divide single patron line into tow lines 40" H. One 8.5 " X 11" crowd control sign, "LINE FORMS HERE." Four guide post freestanding sign holder, chrome 8.5" x 11" crowd control signs, "PLEASE ENTER HERE". Two 8.5" x 11" crowd control signs, "EXIT." Crowd Control Post and Signs shall be delivered and installed in building 91226. Awarded vendor must verify measurement at time of award., 1, EA; LI 012: Heavy Duty Menu Board. #557-005-WHI brand name or equal, Fluorescent illuminated blackboard. 22-1/2" W x 34" H, white. Includes #557-006, set of 4 DRY erase markers, blue, green, pink, yellow. Heavy Duty Menu Board shall be delivered to building 91226. Awarded vendor must verify measurement at time of award., 2, EA; LI 013: Indoor/Outdoor Menu Board. # 906-015, brand name or equal, 24"W x 36" H, Reversible write on board, double sided. Includes extra set of WET eraser Markers, # 906-013, blue, green, white, pink, yellow. Indoor/Outdoor Menu Board shall be delivered and installed in building 91226. Awarded vendor must verify measurement at time of award., 2, EA; LI 014: Top Cap for Planter. Remove old greenery. Supply and install Corian top cap over planter with plywood backing for structural support, 60 linear feet x 20" wide in entrance corridor. Corian to match Floridian FLR-36 Adobe Sand. Top Cap for Planter shall be delivered and installed in building 12005. Awarded vendor must verify measurement at time of award., 1, EA; LI 015: Historical Time Line #ARA-B-GRLTR-350, brand name or equal. Up to 350 Linear Feet of USA Army Quarter Master Food service History Time Line (Information will be provided at time of award), to be 12" high from top to bottom. Blue background, museum quality on a metal core backing. Panels must be architecturally stable, foam core will not be accepted. Time line to include up to 11,500 light gray letters, headings to be in 3" black. Location to be on interior walls near ceiling. Historical Time Line shall be delivered and installed in building 12005. Awarded vendor must verify measurement at time of award., 1, EA; LI 016: Large Artwork #LA-9648, brand name or equal. Approx. 8' w x 4'h HISTORICAL MILITARY prints on museum quality photos on a metal core backing. Panels must be architecturally stable. Foam core will not be accepted. Model #s: TX-QM-12-7443 and TX-QM-48-5362 may be found on Fort Lee Quartermaster website. The large artwork shall be delivered to and installed in building 12005. Awarded vendor must verify measurement at time of award., 2, EA; LI 017: Medium-Large Artwork #MLA-7248, brand name or equal. Approximate size 6'w x 4' h prints on museum quality photos on a metal core backing. (8) qty. military historical prints Model #: H-12769, H-14176, H-17621, H-26045, H-15872, H-70757, H-30412, H-16821 may be found Fort Lee Quartermaster website. (1) qty. NFL Print Model #: S-TX7332. Panels must be architecturally stable. Foam core will not be accepted. The medium-large artwork shall be installed and delivered to building 12005. Awarded vendor must verify measurement at time of award., 9, EA; LI 018: Medium Artwork # MA-3648, brand name or equal. Approx. size 3' w x 4' h prints on museum quality photos on a metal core backing. (9) qty. historical prints, (3) qty. NBA, NFL, NBL Prints. Panels must be architecturally stable. Foam core will not be accepted. The medium artwork shall be delivered to and installed in building 12005. Awarded vendor must verify measurement at time of award., 14, EA; LI 019: Small Framed Artwork #FA-2448, brand name or equal. Approximate 24?W x 48" H framed artwork. Raised gold frame, double matted, plexiglass, security hardware. The small framed artwork shall be delivered to and installed in building 12005. Awarded vendor must verify measurement at time of award., 8, EA; LI 020: Heavy Duty Menu Board. #557-005-WHI brand name or equal, Fluorescent illuminated Blackboard. 22-1/2" x 34", white. Includes #557-006, set of 4 DRY erase markers, blue, green, pink, yellow. Heavy Duty Menu Board shall be installed and delivered to building 12005. Awarded vendor must verify measurement at time of award., 1, EA; LI 021: Indoor-Outdoor Menu Board. # 906-015, brand name or equal, 24" x 36", Reversible write on board, double sided. Includes extra set of WET eraser Markers, # 906-013. Blue, green, white, pink, yellow. Indoor-Outdoor Menu Board shall be installed and delivered to building 12005. Awarded vendor must verify measurement at time of award., 1, EA; LI 022: Bamboo Wood Roller Shades, light filtering for above window size. Right Hand Wall. Bamboo Roller Shades shall be delivered and installed in building 12005. Valance to go over window 1" x 6". Color: FLR-31 Tabasco vinyl later to be determined by Food Service to be mounted over Bamboo Roller Shades. Awarded vendor must verify measurement at time of award., 4, EA; LI 023: Bamboo Wood Roller Shades, light filtering for above window size. Right Hand Wall. Bamboo Roller Shades shall be delivered to and installed in building 12005. Valance to be supplied with roller shades. Awarded vendor must verify measurement at time of award., 1, EA; LI 024: Bamboo Wood Roller Shades, light filtering for above window size. Alcove Area. Bamboo Roller Shades shall be delivered and installed in building 12005. Valance (FLR-31 Tabasco vinyl) to be supplied with roller shades. Awarded vendor must verify measurement at time of award., 1, EA; LI 025: Bamboo Wood Roller Shades, light filtering for above window size. Alcove Area. Bamboo Roller Shades shall be delivered and installed in building 12005. Valance (FLR-31 Tabasco vinyl) to be supplied with roller shades. Awarded vendor must verify measurement at time of award., 2, EA; LI 026: Bamboo Wood Roller Shades, light filtering for above window size. Alcove Area. Bamboo Wood Roller Shades shall be delivered and installed in building 12005. Valance (FLR-31 Tabasco vinyl) to be supplied with roller shades. Awarded vendor must verify measurement at time of award., 2, EA; LI 027: Bamboo Wood Roller Shades, light filtering for above window size. Alcove Area. Bamboo Roller Shades shall be delivered and installed in building 12005. Valance (FLR-31 Tabasco vinyl) to be supplied with roller shades. Awarded vendor must verify measurement at time of award., 1, EA; LI 028: Bamboo Wood Roller Shades, light filtering for above window size Located at End of Old Eating Counter. Bamboo Roller Shades shall be delivered and installed in building 12005. Valance (FLR-31 Tabasco vinyl) to be supplied with roller shades. Awarded vendor must verify measurement at time of award., 1, EA; LI 029: Bamboo Wood Roller Shades, light filtering for above window size Corridor Area. Bamboo Roller Shades shall be delivered and installed in building 12005. Valance (FLR-31 Tabasco vinyl) to be supplied with roller shades. Awarded vendor must verify measurement at time of award., 6, EA; LI 030: Bamboo Wood Roller Shades, light filtering for above window size. Corridor Area. Bamboo Roller Shades shall be delivered and installed in building 12005. Valance (FLR-31 Tabasco vinyl) to be supplied with roller shades. Awarded vendor must verify measurement at time of award., 1, EA; LI 031: Window Treatment Pre Measure, Removal & Install. Based on a total of (2) trips only. Window Treatment Pre Measure, removal and installed building 12005. Awarded Vvendor must verify measurement at time of award., 1, EA; LI 032: Signage. Supply and install signs, over serving lines. Supply and install signs over serving lines. Signs to neon fluorescent, non electrical framed signage. Lettering approximately 8 inches tall. Colors TBD by POC at time of order. Panels to be architecturally stable, 1/4 " museum quality on metal core backing. Qty 2: "Salad Bar". Qty. 1:" Scullery", Qty 1:" Short Order", Qty 1: Specialty Bar, Qty 1: "Main Line", Qty 1: "Sandwich", Qty. 1: "Desserts", Qty 1: "Deli Subs", Qty 1: "Sandwich", Qty 2: "Beverages." Awarded vendor must verify measurement at time of award., 11, 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. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors 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.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors 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 offerors require additional clarification, notify the point of contact or 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. Delivery shall be made within 30 days or less after receipt of order (ARO). 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 applicable NAICS code for this procurement is 337127 with the related size standard of 6.5M. 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 receipt of quote to be considered for any resulting contract. Offeror are reminded that failure to comply ?shall render their quote 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. 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) prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply ?shall render their quote as non-responsive.? If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov Proposed responders must submit any questions concerning this solicitation before 4 August 2014, 2:30 pm Eastern Time, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 120 days, after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd825a0a10d2ba8e6fdead9aff41cf1b)
 
Place of Performance
Address: Fort Hood, TX 76544
Zip Code: 76544
 
Record
SN03460474-W 20140813/140811235714-fd825a0a10d2ba8e6fdead9aff41cf1b (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.