Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

71 -- Workstations and Furniture

Notice Date
8/28/2014
 
Notice Type
Presolicitation
 
Contracting Office
Fleet and Industrial Supply Center Norfolk, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N5702014RC00007
 
Response Due
9/5/2014
 
Archive Date
3/4/2015
 
Point of Contact
Name: Javier Aponte, Title: Contract Specialist, Phone: 7574431388, Fax: 7574431424
 
E-Mail Address
javier.aponte@navy.mil;
 
Small Business Set-Aside
N/A
 
Description
Quotes are being solicited under solicitation number N5702014RC00007. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ), 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. 661840. 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 unrestricted and only qualified sellers may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-05 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Virginia Beach, VA 23461 The FLC - Norfolk requires the following items, Meet or Exceed, to the following: LI 001: 5 workstations consisting of 65? and 42? high frame and tile panels with acoustical, tool tiles, paper management, glass stackers, box files with cushioned tops and triple monitor arms. Units are fully electrified and data ready. Panel Fabric: Grade 2 Pact Color Lilly Trim: Platinum Metallic Laminate: Ash Upholstery: Narrative Prussian Blue, 5, EA; LI 002: 1 Station consisting of 65? and 42? high frame and tile panels with acoustical, tool tiles, paper management, overhead storage, box file with cushioned top and triple monitor arm. This unit is fully electrified and data ready. Panel Fabric: Grade 2 Pact Color Lilly Trim: Platinum Metallic Laminate: Ash Upholstery: Narrative Prussian Blue, 1, EA; LI 003: 1 printer cabinet with microwave and refrigerator Laminate: White Nebula Trim: Platinum Metallic, 1, EA; LI 004: 1 12? ESD work bench Laminate: White Matrix Laminate Paint : Steel Blue, 1, EA; LI 005: 1 ESD storage cabinet ? Standard Paint Bright Blue, 1, EA; LI 006: 1 floor to ceiling demountable wall with swinging door Fabric: Moleskin Paint: Taupe, 1, EA; LI 007: 7 task Chairs with adjustable arms Frame: Graphite Mesh: Dusk Upholstery: Narrative Prussian Blue Multi-surface casters, 7, 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, FLC - Norfolk 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk 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 quotes.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. The NAICS code is 337211 and the Small Business Standard is 500. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. 252.212-7001 Contract Terms and Conditions for Defense Acquisition of Commercial Items 252.211-7003 Item Identification & Valuation (AUG 2008) 252.232-7010 Levies on Contract Payments (DEC 2006) 5252.232-9402 Wide Area Workflow (WAWF) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) The clauses may be accessed in full text at these addresses https://www.acquisition.gov/Far/AND http://www.acq.osd.mil/dpap/dfars/index.htm Representation Relating to Compensation of Former DoD Officials (Sept 2011) System for Award Management SAM Maintenance System for Award Management (May 2013) Alternative Line Item Structure (Sept 2011) Safeguarding of Unclassified Controlled Technical Information (Nov 2013) Disclosure of information to Litigation Support Contractors (Feb 2014) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability... Fiscal Year 2014 Appropriations (Dev 2014 OO0009) (Feb 2014) Prohibition of Hexavalent Chromium (May 2011) Electronic Submission of Payment Requests (Mar 2008) Subcontracts for Commercial Item (June 2013) Prospective Contractor Responsibility (a) Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. (b) QUOTE PREPARATION INSTRUCTIONS The quotation shall consist of two parts: (1) technical submission and (2) price information. Technical Acceptability - The technical proposal shall consist of descriptive information (including equipment drawing and complete specifications) regarding the items identified in the solicitation. This information may include product literature or other narrative describing the products to be provided. The information provided should be presented in such a manner as to enable the Government to make a thorough and complete evaluation and arrive at a sound determination as to whether or not the products proposed and described will satisfy the requirements of the Government as stated in the solicitation. EVALUATION OF QUOTES Selection of a vendor for award will be based on two parts, as follows: (1) Technical Acceptability: The technical information submitted by each offeror will be evaluated against the specifications provided in the solicitation line item description, INSTRUCTIONS TO QUOTERS, and EVALUATION OF QUOTES and determined to either pass or fail. If the technical proposal is determined "fail", it renders the entire proposal technically unacceptable. If a technical rating of "fail" is assigned, the vendor may no longer be considered for award. The Contracting Officer will evaluate products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (2) Price - The vendor's proposed prices will be evaluated on the basis of price reasonableness. The PCO will review all of the proposals. Upon completion of the above, a single award for all items will be made to the offeror whose quotation, conforming to the solicitation, is considered technically acceptable, i.e. received a "pass" evaluation for Technical Acceptability and whose offer is considered to be the lowest price. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) This Request for Quotation and subsequent order is set-aside exclusively for only those authorized FLC-Norfolk Blanket Purchase Agreement holders within the EAST Region. Quotes from other than these vendors will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N5702014RC00007/listing.html)
 
Place of Performance
Address: Virginia Beach, VA 23461
Zip Code: 23461-2197
 
Record
SN03488129-W 20140830/140829023523-fa04ca781a231775a14536ef30fa8a90 (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.