SOLICITATION NOTICE
71 -- Polygraph Storage Lockers
- Notice Date
- 4/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- N63285 Naval Criminal Investigative Service Russell Knox Bldg 27130 Telegraph Rd Quantico, VA
- ZIP Code
- 00000
- Solicitation Number
- N6328515T0461
- Response Due
- 4/29/2015
- Archive Date
- 5/7/2015
- Point of Contact
- Mary Lee Schuck 571-305-9271
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 and FAR Part 13, using Acquisition Procedures under the NCIS Acquisition Program for commercial services as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N63285-15-T-0461 and is being issued as an RFQ. This solicitation document incorporates provisions and clauses in effect through FAC 2005-80 and DFARS Change Notice 20150406. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 337214 and the Small Business Standard is 500 employees. This solicitation will result in a Firm Fixed Price contract Naval Criminal Investigative Service (NCIS) requests responses from qualified sources capable of providing CLIN 0001. Contractor shall provide modular storage lockers and, installation service, in accordance with the below delivery requirements and the attached drawings. CLIN 0001 - POLYGRAPH STORAGE LOCKERS, MODULAR CASEWORK, PRODUCT/TECHNICAL SPECIFICATIONS -Product Data: Manufacturers data sheets on each product to be used, including: Preparation instructions and recommendations. Storage and handling requirements and recommendations. Installation methods. -Shop Drawings: Complete, detailed layout with model numbers and complete dimensioning information for installation. -Selection Samples: For each finish product specified, two complete sets of color chips representing manufacturers full range of available colors and patterns. -Verification Samples: For each finish product specified, two samples, minimum size 6 inches (150 mm) square, representing actual product, color, and patterns. -Maintenance Data: Ordering information on optional components. -Manufacturers Certificates: Certify products meet or exceed specified requirements. QUALITY ASSURANCE -Manufacturer Qualifications: Company specializing in manufacturing products specified in this section with minimum ten years documented experience. -Installer Qualifications: Company specializing in performing work of this section with minimum three years documented experience. -Distribution can/to handle and coordinate delivery and installation within 48 contiguous states at various locations. -Distribution to handle and coordinate delivery and installation CONUS and OCONUS WARRANTY -Manufacturers limited lifetime warranty. MATERIALS -Particleboard: Industrial grade, 40 to 50 pcf (640 to 800 kg/cu m), substrate. -Door Handles: Metal with material and finish as selected from the manufacturer ™s standard range. -Hardware: full overlay self-closing 110 degree concealed hinges. Hardware, 100 lb (45.4 kg) full extension steel ball bearing drawer slides. concealed steel suspension brackets mounted on steel electroplated fixing rails with 286 lb (129.7 kg) load capacity. Suspension system allows wall cabinets to be easily mounted and adjusted both laterally and horizontally. base levelers with 330 lb (149.7 kg) load capacity each with socket head adjustment from inside base cabinet. Metal adjustable shelf supports with protective plastic cover. Keyed cam locks with removable lock plug system. -High Pressure Melamine Laminate: NEMA LD 3 as manufactured by WilsonArt, Pionite, Nevamar or Formica. MODULAR FURNITURE COMPONENTS -Provide Modular Furniture series components, fully modular and reconfigurable. Select type and size of units and accessories to provide the functionality indicated on the Drawings. Laminate Colors: As selected by Architect from manufacturers standard range of colors. -All Laminate Storage Cabinet: All laminate panel construction connected with Hafele mini-fix cam hidden fastener system with metal-to-metal connection points. Interior of cabinets should also match the exterior of cabinets. Parts shall be predrilled for uniformity and consistency. Side Panels: 3/4 inch (19.0 mm) thick thermal set decorative overlay on core particleboard, with matching laminate with matching (2 mm) edge banding. Modesty Panels: 3/4 inch (19.0 mm) thick thermal set decorative overlay on core particleboard, with matching (2 mm) edge banding. Top and Bottom: 3/4 inch (19.0 mm) thick thermal set decorative overlay on core particleboard, with matching (2 mm) edge banding. Hinged Doors: 3/4 inch (19.0 mm) thick thermal set decorative overlay on core particleboard; with matching (2 mm) edge banding. Where indicated. Hardware as selected from the manufacturer ™s standard selection. Provide with a 4 inch (101.6 mm) recessed kick plate where indicated. Configuration: As indicated on the Drawings. As indicated on the Drawings. Hinged Door Base Cabinet Locker (MCSJ1616.564): Includes three locking right hinged doors and (1) coat hook in each compartment. Each locking door shall come with non-keyed alike set of keys. Master key should be provided with each location. Provide matching laminate inserts in exposed faces of frame members. -Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. INSTALLATION CLIN 0002 - Install in accordance with manufacturers instructions. -Install furniture and accessories as indicated on drawings, level and plumb, with separate units securely anchored. CLIN 0003 - Shipping. For pricing estimates the shipments will be to the following locations: Hanover, MD; Washington DC, Virginia Beach, VA; Pensacola, FL; Jacksonville, FL; Camp Pendleton, CA; San Diego, CA, Monterey, CA; Bangor, WA; Quantico, VA; and Camp Lejuene, NC. Vendors are to contact technical point of contact noted in any resulting award documents for exact shipping addresses. The following FAR provision and clauses are applicable to this procurement: 52.202-1 Definitions 52.204-2 Security Requirements 52.212-1 Instructions to Offerors “ Commercial Items 52.212-3 Alt I Offeror Representations and Certifications “ Commercial Items 52.212-4 Contract Terms and Conditions “ Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.225-3 Buy American Act-Free Trade Agreements “ Israeli Trade Act 52.233-2 Protest after Award 52.233-4 Applicable Law for Brach of Contract Claim 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications “ Commercial Items 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7002 Requests for Equitable Adjustment 252.232-7010 Levies on Contract Payments 252.247-7024 Notification of Transportation of Supplies by Sea CONTRACTOR RESPONSIBILITY: In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible vendors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. The Contracting officer reserves the right to request additional information if needed. INVOICING: Invoices shall be submitted upon final delivery and paid via Wide Area Workflow. Interested vendors may send the quotation to the Naval Criminal Investigative Service (NCIS) in any of the following ways; (a) By e-mail to mary.schuck.ctr@navy.mil, or (b) By commercial courier (i.e. FEDEX or UPS) to the following address: Naval Criminal Investigative Service Attn: Mary Lee Schuck, Code 11B1, Russell Knox Building, 27130 Telegraph Road, Quantico, VA 22134-2253 The quotation shall consist of two parts: (1) a written technical/delivery submission and (2) price information. I. Written Technical/Delivery Submission: Each vendor shall provide either one (1) original or one (1) copy in hard copy or an electronic version of the following: The Offeror shall describe its assessment of the objective to be accomplished under this requirement and detail corporate resources to be applied as well as procedures for coordinating management. II. Price Submission: Vendors shall complete price schedule as follows: (1) Total price for each CLIN as set forth in the attached Schedule (no substitutions or deletions) and provide supporting information with a price breakdown by CLIN/Subclin Structure. Price quotes shall be held firm for sixty (60) days after the closing of the solicitation. Vendors are also reminded that they must: (1) Complete and submit any applicable reps and certs as required by 52.212-3, Offeror Representations and Certifications- Commercial Items, and DFAR 252.212-7000. Vendors must also acknowledge in their submittal, if applicable, all amendments to this combined synopsis/solicitation. EVALUATION OF QUOTATIONS (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quotation conforming to the solicitation will be on a technically acceptable, lowest price basis. The following factors shall be used to evaluate quotes: Lowest Price Technically Acceptable offer. (b) A written order in response to the vendor ™s quotation will be e-mailed or otherwise furnished to the successful vendor. The Contracting Officer may ask the vendor to provide written acceptance of an order. In other circumstances the vendor may indicate acceptance by proceeding with the services ordered Quotations will be evaluated as follows: a) Technical capability “ build of storage lockers in accordance with the specifications c) Price The Government will evaluate quotes for award purposes by adding the total price of the requirement. In accordance with FAR 15.404-1(b), price proposals will be evaluated by the Government to ensure completeness, price reasonableness for the services being provided, considering the specific terms and conditions and relevant commercial practices. Completeness. The Government will evaluate the price proposal for completeness by assessing the responsiveness of the Offeror in providing requested pricing data for all RFP requirements and the tasks in the specifications. Reasonableness The Government will evaluate how well the Offeror ™s proposal supports pricing over the life of the contract. This announcement will close at 12:00 P.M. on 29 April 2015. Please direct questions to Mary Lee Schuck at mary.schuck.ctr@navy.mil NLT 12:00 P.M 27 April 2015. Oral communications are not acceptable in response to this notice. Vendor(s) must be registered in the System for Award Management database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. (End of Combined Synopsis/Solicitation)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15927b2bc46350e0913fc6fb83016d43)
- Place of Performance
- Address: 27130 Telegraph Road, Quantico, VA
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN03708898-W 20150425/150423235010-15927b2bc46350e0913fc6fb83016d43 (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 |