Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2014 FBO #4757
SOLICITATION NOTICE

71 -- Ballistic Podiums - Baton Rouge & Wichita Falls - Solicitation Package for 7PR-14-0338

Notice Date
12/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQB), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
7PR-14-0338
 
Archive Date
12/31/2014
 
Point of Contact
Daniel S. Brazell, Phone: 8179780232
 
E-Mail Address
daniel.brazell@gsa.gov
(daniel.brazell@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pub 64, Vol III for 7PR-14-0338 Intent Drawings for 7PR-14-0338 SOW for 7PR-14-0338 RFQ for 7PR-14-0338 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and no other solicitation will not be issued - the offer can be made on the attached SF18 which contains the Scope of Work. The solicitation number is 7PR-14-0338 and is issued as a Request for Quote (SF18). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-30 to FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 337211 with a small business size of 500 employees. This requirement is set aside for Small Business Concerns. The solicitations will start on the date this solicitation is posted and will end on Tuesday, 16 December 2014, at 4:30 p.m. Central Standard Time (CST). FOB: Destination and the podium shall be delivered, installed and set up at the site location in Baton Rouge LA and Wichita Falls, TX. The following line items apply: #0001 3 EA $ ______________________________ (total) Vendor shall provide (3 each): 1. Provide and install three ballistic podiums per following specification provided: (a) Each podium shall be modular, ballistic rated, bullet proof, UL 752 Level III rated. (b) Each podium shall have a key locking horizontal door and a key locking vertical door with an adjustable shelf. (c) Each podium shall include transparent ballistic glazing at the top to cover the front and both sides. (d) Each podium shall have ballistic woven material adhered to the wood for protection. (e) Each podium shall be without wheels. (f) The approximate size of each podium shall be between 3 1/2 feet to 4 feet wide (front) by 3 1/2 feet tall (height) by 2 1/2 feet to 3 feet deep (sides). (g) The total overall height of each podium shall not exceed 5 feet. (h) Two of the three podiums shall be constructed of mahogany panels and stain grade veneer with hardwood trim. The remaining podium shall be constructed of paint grade hardwood panels with hardwood trip. (i) The stain used for the stain grade podiums shall be equivalent to Sherwin Williams Orangewood: SW 3108-K. (j) The paint grade podium shall be painted to match the existing security counter on site at site 95A, equivalent to Sherwin Williams Simple White: SW 7021. (k) The construction of these podiums must comply with the requirements found within the current edition of USMS Publication No. 64 "Requirements and Specifications for Special Purpose and Support Space" (RSSPSS) Manual, Volume III. (l) Podium intent drawings are provided (attached drawing #1 and #2). (m) Provide warranty of workmanship (standard minimum 1 year). (n) A site visit shall not be conducted. (o) Contractor/Subcontractor travel, per diem and installation fees shall be included in vendor proposal. 2. One stained podium shall be delivered and installed at the Federal Courthouse and Post Office at 1000 Lamar ST, Wichita Falls, TX 76301 - as directed by the COR or CO at time of award. The onsite point of contact for coordination is: Marquis Fomby at 972-571-2762. 3. One stained and one painted podium shall be delivered and installed at the Russell B. Long Federal Building. The stained podium shall be installed at Site 95G at 777 Florida ST, Baton Rouge, LA, 70801 and the painted podium shall be installed at Site 95A at 707 Florida ST, Baton Rouge, LA, 70801 - as directed by the COR or CO at time of award. The onsite point of contact for coordination is: Randy Breckwoldt at 225-921-4805. Vendor must provide installation/assembly of podium on-site if product comes un-assembled and must be assembled by the manufacturer or designated representative due to warranty and/or liability. Vendor must remove all debris and packaging materials and not discard them in trash receptacles at the site. The contractor shall be required to meet HSPD-I2 security requirements in order to access the government facility. Homeland Security Presidential Directive (ISPD-12) as well as other local building access requirements and procedures. Individual employees will submit security clearance requests in advance of contract performance with all required forms, identification, and certifications needed to have security clearances adjudicated by the appropriate office of DHS. Only those employees receiving favorable clearances will be issued the proper badges/cards to access federally controlled facilities. FAR 52.204-9 will be included in the contract as well as other accompanying provisions and specifications that implement the current recognized provisions of HSPD-12. **Question Submission: Interested sellers must submit any questions concerning the solicitation not later than Monday, 8 December 2014, 4:00 p.m. CST to enable the Contracting Officer to respond. Questions must be submitted either: (a). Hand-carried, or (b). Electronically - to the Contracting Officer [ Daniel.brazell@gsa.gov ] - General Services Administration (GSA) PBS/ Region 7 (7PQB), 819 Taylor Street, Room 12B-352, Fort Worth, TX 76102. No fax questions will be received** Failure to comply with the terms and conditions of this solicitation may result in offer being determined as non-responsive: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty for workmanship. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the solicitation, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. To include complete set up and placement at the exact location identified in this SOW, podiums are not to just be shipped to the dock and left. Upon shipment, they must be assembled, installed, and placed in the location as identified by the COR or CO. Offeror must be registered in the System for Award Management (SAM) database before an award can be made. Please register if you are providing an offer. You will need to be "active" in SAM for an award. If the offeror is not registered in SAM, do so through the SAM website at www.sam.gov as soon as possible. No partial shipments are permitted unless specifically authorized at the time of award. 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 (b): and the following clauses: 52.202-1, 52.203-5, 52.203-6, 52.203-7, 52.225-1, 52.225-13, 52.225-18, 52.232-1, 52.232-33. All quotes shall be provided as a 'lump sum" for three (3) each - Line Item #0001 (complete with installation), on official company letterhead stationery for this solicitation and/or completion of the SF18. Quotes must be submitted either: (a). Hand-carried, or (b). Electronically, to the Contracting Officer [ Daniel.brazell@gsa.gov ]. GSA, PBS, Region 7 (7PQB), Attn: Daniel Brazell, 819 Taylor Street, 12 th Floor, Run 12B-352, Fort Worth, Texas 76102. No Fax questions will be received. Due by Tuesday, 16 Dec 2014, at 4:30 p.m. Central Standard Time (CST). Prices MUST be good for 60 calendar days after close of solicitation. Delivery is expected within 60 days or less after receipt of order (ARO). The seller must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. Award Criteria: An award will be made to a responsible, responsive offeror, who meets the requirements of the solicitation, whose past performance does not pose a risk to the Government (as a result of reviewing CPARS), and whose price is considered fair and reasonable in comparison to the independent government estimate. Additionally, no exclusions or Federal Debt (from SAM review). This award will be based on price and other factors as stated in this paragraph - this results in the best value for the government. Award is contingent upon receiving all required information and upon delivery expectations. For additional information regarding the solicitation, contact the Contracting Officer (CO), Mr. Daniel S. Brazell at 817-978-0232. Technical questions will be forwarded to the CO who will in-turn coordinate with the Construction Control Rep./Project Manager/COR: Caleb Oldham.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO/7PR-14-0338/listing.html)
 
Place of Performance
Address: Multiple however for this announcement, Baton Rouge LA will be entered since two units are going to LA and one unit to Wichita Falls (Vendor shall see exact location/address in this announcement), Baton Rouge, Louisiana, 70801, United States
Zip Code: 70801
 
Record
SN03583858-W 20141203/141201233958-1cf1264d84267719a75fe7ad5f812107 (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.