Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

72 -- Mobile Storage System Name Brand or Equal

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-15-T-0007
 
Response Due
5/18/2015
 
Archive Date
7/6/2015
 
Point of Contact
Lisa Braund, 608-427-7274
 
E-Mail Address
USPFO for Wisconsin
(lisa.braund@ng.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 337214 and the small business size standard is 500 employees. The following commercial item is requested: 1 EACH Spacesaver Wheel House Mechanical Assist or equal high density mobile storage system. System must house letter size end tab file folders, be made up of seven double face carriages, two moveable aisles, one single face fixed platform and one single face carriage with closed backs and a waist high lock. System is required to be locked against the wall. The system will be supported by floorless, levelable rails that are anchored to and sit atop the existing floor slab, with anchor holes on 12 quote mark centers. The rail system must be ADA (accessibility) compliant. Shelving is Spacesaver quote mark or equal quote mark four-post with uprights recessed into wheel housings and contain seven adjustable, 22 gauge steel slotted shelves, four adjustable dividers per shelf, plus tops. The shelving faces in the middle of each row, with the exception of the 15 quote mark deep range contain a rollout reference shelf. A total of 15 reference shelves is required. The rollout reference shelves are required to have a weight bearing capacity of at least 50 pounds. Each carriage is 12'11 quote mark long x 15 quote mark or 26 quote mark deep x 85 quote mark high. The 15 quote mark deep carriage to contain filler for letter size files. The face panels are to be Wilsonart or equal high pressure laminate. Each shelf must have the load bearing capacity of 200 lbs. Total capacity of the system is 11,424 lineal filing inches. See attached Layout and Measurement Specifications. Quotes must include delivery to Madison, WI and installation by factory authorized technicians and training. Quote is contingent upon availability of funds. Quote must be good for no less than 60 days. Other brands and models may be quoted if you feel that your mobile storage system will meet the capabilities of this specific Spacesaver WheelHouse Model. If your firm would like to quote an EQUAL TO for this requirement please make sure to include product literature to include all salient characteristics of your specific product for our review. Design images or photos are also recommended. The more detailed information on the EQUAL TO the better since each or equal to will be reviewed to determine whether or not it meets the end users needs. Firms not providing detailed characteristics/salient characteristics may be disqualified. Award will be based on lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.211-6, Brand Name or Equal FAR 52.222-50, Combating Trafficking in Persons FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Total Small Business Set Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to Ban Text Message while Driving FAR 52.225-1, Buy American Act - Supplies FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.247-7023, Transportation of Supplies by Sea Alt III DFARS252.247-7024 Notification of Transportation of Supplies by Sea DFARS 252.204-7004, Required Central Contractor Registration DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports DFARS 252.232-7006, Invoicing and Payment (WAWF) Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Alt III, Transportation of Supplies by Sea DFARS 252.211-7003, Item Identification and Valuation Quotes must be submitted in writing and be sent to lisa.m.braund.mil@mail.mil Responses to this RFQ must be received via e-mail not later than 10:00 a.m. Central Standard Time on 18 May 2015. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-15-T-0007/listing.html)
 
Place of Performance
Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
Zip Code: 54618-5002
 
Record
SN03724384-W 20150509/150507235637-4e1c943d345a533d1b5768ce116bfaab (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  © 1994-2020, Loren Data Corp.