Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2015 FBO #5004
SOLICITATION NOTICE

71 -- Office Furniture - Aguada, Puerto Rico - SOLICITATION ATTACHMENTS

Notice Date
8/4/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Purchasing, 100 North 6TH Street, Butler Square, 5TH Floor, Minneapolis, Minnesota, 55403, United States
 
ZIP Code
55403
 
Solicitation Number
AG-6395-S-15-0154
 
Archive Date
9/8/2015
 
Point of Contact
Lisa A Draves, Phone: 612-336-3364
 
E-Mail Address
lisa.a.draves@aphis.usda.gov
(lisa.a.draves@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT 2, PRICING SCHEDULE ATTACHMENT 1, STATEMENT OF WORK (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) This reference number for this effort is AG-6395-S-15-0154. This solicitation is issued as a request for quotation (RFQ) and will result in a firm-fixed-price indefinite-delivery indefinite-quantity (IDIQ) contract. (iii) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-83, effective August 3, 2015. (iv)This solicitation is issued as unrestricted. The appropriate NAICS code is 337214 with a small business size standard of 500 employees. (v) Contract Line Items: See "Attachment 1, Statement of Work" and "Attachment 2, Pricing Schedule". (vi) Description of requirements for items to be acquired: A combination of systems furniture and case goods that is predominately remanufactured and case goods, seating, conference, training, and miscellaneous related furniture. Requirement includes design, delivery, and installation services. (See Attachment 1 "Specifications".) (vii) Date and place of delivery and acceptance and FOB point (FOB Destination): USDA APHIS PPQ, Centerplex Building, State Road PR-2 Km 133.5, Aguada PR 00602. (See "Attachment 1, Statement of Work".) (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, and Addendum applies to this acquisition. 52.212-1 ADDENDUM a. QUOTATIONS MUST INCLUDE THE FOLLOWING: (1) A cover page that includes the solicitation number, company name, address, point of contact information, and DUNS number. (2) Completed Pricing Schedule (Submit completed "Attachment 2, Pricing Schedule") (3) Furniture specifications. Submit specifications for ALL furniture and/or equipment items listed on the Pricing Schedule (See "Attachment 2, Pricing Schedule".) Submit illustrations drawn to scale with an itemized listing of all components, showing his solution for the workstation. The listing shall include the offeror's part number, nomenclature, size, and quantity of each component required for the workstation. (4) Relevant Experience. Submit examples of relevant experience that demonstrate the Quoter (or their personnel/subcontractors) has relevant experience performing tasks similar to those described in this solicitation (furnishing standard office-type furniture, including design and installation services). Provide project title, dollar value, dates performed, location, and contact information (name, title, phone, and email address). b. Quoters must be registered in the System for Award Management (SAM), including online representations and certification. Please see www.sam.gov for registration information. c. In accordance with Federal Acquisition Regulation (FAR) Subpart 9.1, a prospective contractor may be requested to provide additional information in order to assist the Government in making a responsibility determination. d. Quotations must include a price for all items in this solicitation to be eligible for award. The Government will award on an All or None basis. e. All questions must be submitted in writing in accordance with 452.204-70 INQUIRIES (FEB 1988). Please submit questions to Lisa Draves at lisa.a.draves@usda.gov not later than five (5) days prior to the required response date/time to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. f. The following additional provisions are incorporated by full text: 452.211-70 BRAND NAME OR EQUAL (FEB 1988). (As used in this provision, the term "brand name" includes identification of products by make and model.) (a) If items called for by this solicitation have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Offers of "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer (see clause 452.211-71) and are determined by the Contracting Officer to meet fully the salient characteristics requirements listed in the solicitation. (b) Unless the offeror clearly indicates in its offer that it is offering an "equal" product, the offeror shall be considered as offering the brand name product(s) referenced in the solicitation. (c)(1) If the offeror proposes to furnish an "equal" product or products, the brand name(s), if any, and any other required information about the product(s) to be furnished shall be inserted in the space provided in the solicitation. The evaluation of offers and the determination as to the equality of the product(s) offered shall be the responsibility of the Government and will be based on information furnished by the offeror or identified in its offer as well as other information reasonably available to the contracting activity. Caution to offerors: The contracting activity is not responsible for locating or securing any information which is not identified in the offer and is not reasonably available to the contracting activity. Accordingly, to assure that sufficient information is available, the offeror must furnish as a part of its offer all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the contracting activity to (i) determine whether the product offered meets the salient charac-teristics requirement of the solicitation, and (ii) establish exactly what the offeror proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific reference to information previously furnished or to information otherwise available to the contracting activity. (2) If an offeror proposes to modify a product so as to make it conform to the requirements of the solicitation, the offer shall include (i) a clear description of such proposed modifications and (ii) clearly marked descriptive material to show the proposed modifications. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies. a. The Government will award to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price, and other factors included. Quotations shall be evaluated in accordance with FAR 13.106-2, Evaluation of Quotations or Offers. (x) The provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt 1) applies. Offerors must complete online representations and certifications in the System for Awards Management (SAM) at www.sam.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, and Addendum applies to this acquisition. 52.212-4 ADDENDUM - a. 52.212-4 paragraph (g), Invoices, is revised to include the following statement: All invoices shall be submitted through the Invoice Processing Platform (IPP) at www.ipp.gov. IPP is a secure, web-based service that manages government invoicing. b. The following clauses are incorporated by full text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 452.211-71 EQUAL PRODUCTS OFFERED. (a) Offerors proposing to furnish an "equal" product, in accordance with the "Brand Name or Equal" provision of this solicitation, shall provide the following information for each offered "equal" product: Contract Line Item Number (if any): _____________________________ Brand Name or Equal Product identified by the Government in this solicitation:________________________________________________________ Offered Product Name:___________________________________________ Catalog Description or part number:_________________________________ Manufacturer's Name:____________________________________________ Manufacturer's Address:__________________________________________ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics listed in the solicitation. c. The following additional clauses are incorporated by reference: 552.211-6 BRAND NAME OR EQUAL (AUG 1999) 2.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS IN ALL SOLICITATIONS AND CONTRACTS (JUN 2013) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following clauses are checked as applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) Additional contract requirements: 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 452.204-70 INQUIRIES (FEB 1988) Inquiries and all correspondence concerning this solicitation should be submitted in writing to the Contracting Officer. Offerors should contact only the Contracting Officer issuing the solicitation about any aspect of this requirement prior to contract award. (xiv) DPAS ratings: N/A (xvi) Quotations are due no later than 5:00 p.m. (local time) on Monday, August 24, 2015. Quotations must be submitted by email to: Lisa Draves, Contracting Officer, at lisa.a.draves@aphis.usda.gov. (xvi) Point of Contact for Inquiries: Lisa Draves Contracting Officer (612) 336-3364 lisa.a.draves@usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Purchasing/AG-6395-S-15-0154/listing.html)
 
Place of Performance
Address: USDA APHIS PPQ, Centerplex Building, State Road PR-2 Km 133.5, Aguada, 00602, Puerto Rico
 
Record
SN03822136-W 20150806/150804235325-49ecaf0372e0574d1f8ce958f44ef291 (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.