Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
MODIFICATION

71 -- Teknion Altos Modular Wall System Offices and Team Rooms

Notice Date
9/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, PA 15222-4186
 
ZIP Code
15222-4186
 
Solicitation Number
W911WN14Q0001
 
Response Due
9/15/2014
 
Archive Date
11/8/2014
 
Point of Contact
Carole Householder, 412-395-7274
 
E-Mail Address
USACE District, Pittsburgh
(carole.householder@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The NAICS Code for this acquisition is 337214, Office Furniture (except Wood) Manufacturing. The Small Business Size Standard for this NAICS Code is 500 employees. This requirement is Unrestricted. Any resultant contract shall be Firm-Fixed Price, and one award is anticipated. Line Item NumberDescription of Item QuantityUnit of Measure 0001 21st Floor - 2 Offices 1 Job 0002 22nd Floor - 2 Team Rooms 1 Job Please see the attached Scope of Work (SOW) and Attachments for details of the requirement. The address for this requirement is: U.S. Army Corps of Engineers, Pittsburgh District, William S. Moorhead Federal Building, 1000 Liberty Avenue, Pittsburgh, PA 15222. Required Performance of performance completion is 180 days after contract award date. A pre-quote site visit will be held on September 9 at 10:00 am. Please contact Carole Householder at 412-395-7274 or carole.householder@usace.army.mil to register for the site visit. The provisions and clauses incorporated herein may be accessed at the following link: http://farsite.hill.af.mil The following provisions apply to this acquisition: 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors--Commercial Items. 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.204-7004 Alt A, System for Award Management Alternate A. 52.204-7, System for Award Management. 252.209-7002, Disclosure Of Ownership Or Control By A Foreign Government. 52.222-22, Previous Contracts And Compliance Reports. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. 52.237-1, Site Visit. 252.209-7993, Representation by Corporations regarding an unpaid delinquent tax liability or felony conviction under any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-OO009). 52.219-1, Small Business Program Representations. Offerors are expected to complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print the provision, complete it manually, and submit with your offer. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commerial Items 252.203-7000 Requirements Relating to Compensation of Former DOD Offiicals 252.203-7002 Requirements to nform Employees of Whistleblower Rights 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7048 Export-Controlled Items 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.246-7003 Notification of Potential Safety Issues 252.247-7023 Transportation of Supplies by Sea 252.204-7006 Billing Instructions 252.225-7036 Buy American - Free Trade Agreements-Balance of Payments Program The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable as follows: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-50 Combatting Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management The Defense Priorities and Allocation System (DPAS) rating is N/A. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract. The SAM registration process may be accessed at the following link: https://www.sam.gov Offerors are expected to complete the Offeror Representations and Certifications - Commercial Items as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print provision 52.212-3, complete it manually, and submit with your offer. Offers are due by 15 September 2014, 11:00 AM EST. Offers will be accepted via email to LRP.Contracting@usace.army.mil; or via parcel delivery at: U.S. Army Corps of Engineers, Pittsburgh District, Attn: Carole Householder, W.S. Moorhead Federal Building, 1000 Liberty Avenue, Room 2203, Pittsburgh, PA 15222-4186; or via fax 412-395-7110. Offerors must reference this solicitation number in the subject line of the email or the return address of the parcel or the cover sheet of the fax.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN14Q0001/listing.html)
 
Place of Performance
Address: USACE District, Pittsburgh 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor Pittsburgh PA
Zip Code: 15222-4186
 
Record
SN03503689-W 20140911/140910001522-7cee7fa25d89b6fec0bd0701e6bc6eeb (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.