Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
SOLICITATION NOTICE

71 -- Office Furniture

Notice Date
9/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2175 Reilly Road, Stop A, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
PR_5191-6004
 
Response Due
9/15/2015
 
Archive Date
3/13/2016
 
Point of Contact
Name: Mary Shoulders, Title: Contract Specialist, Phone: 9104327834, Fax:
 
E-Mail Address
mary.a.shoulders2.mil@mail.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 FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is PR_5191-6004 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-09-15 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The MICC Fort Bragg requires the following items, Brand Name or Equal, to the following: LI 001: WJC2468TW284 - Wardrobe half tower-Door Hinged Right 24W x 24D x 71H, 2, EA; LI 002: WJC2468TW283 - Wardrobe Half Tower-Door Hinged left 24W x 24D x 71H, 3, EA; LI 003: WJC2425CR376X - 24W x 25D x 2 3/4H Freestanding Modular Cornice Top, 5, EA; LI 004: WJC2425MB378X - 24W x 24D x 3 1/2H Freestanding Modular Base, 5, EA; LI 005: JCM7236DS634 - Right single Ped Overhang Top w/molding B/B/F-72W x 36D, 2, EA; LI 006: JCM7236DS633 - Left single Ped Overhang Top w/Molding-B/B/F-72W x 36D, 3, EA; LI 007: JCP4822BR152 - Hinged Modesty Bridge No Modling-48W x 22d, 5, EA; LI 008: JCM7222CA087 - Right Hookup Credenza w/molding-FF Ped-72w x 22D, 2, EA; LI 009: JCM7222CA086 - Left Hookup Credenza w/Molding-FF Ped-72W x 22D, 3, EA; LI 010: JCP7044OH325 - Task Overhead Panel door w/cornice Top-70W x 15D x 44H, 5, EA; LI 011: WJC4242RP2281 - 42W X 42D X 42H Reception Corner Unit, 1, EA; LI 012: WJC6042RP931X - 60W X 30D X 42H Right Reception Return, 1, EA; LI 013: WJC3642RP933X1 - 36W X 22D X 42H Right Reception Return with LF, 1, EA; LI 014: WJC10412TC510X1 - 104W X 12D X 1-5/16H Wood Counter with 3? overhang, 1, EA; LI 015: WCT7242DS018X - Single Ped Bowfront Desk 72W x 36/42D x 30H without pedestals, 1, EA; LI 016: DBT4848RD500 - 5000 Series 48? Round Conference Table, 1, EA; LI 017: DBB2020TD969 - 20? Diameter Traditional Drum Base, 1, EA; LI 018: EMR2332FUB13 - Marion Guest Chair w/Fully upholstered back, grade 2 fabric, 1, EA; LI 019: KIN0105NTS03 - Kinley Lounge Sofa-Three seats, Grade 2 Fabric, 1, EA; LI 020: WJC3523MB378 - Traditional Modular Tower Freestanding Base 35W x 23D x 3 1/2H, 1, EA; LI 021: WJC3568TW275 - Traditional Modular Wardrobe/Storage Tower 35W x 22D x 68H, 1, EA; LI 022: WCT7222RE218 - Left Hookup L Wkst Return B/B/F/Lateral File Ped 72W x 22D x 30H, 1, EA; LI 023: WJC4242RP228X1 - 42W X 42D X 30H Reception Corner Unit, 1, EA; LI 024: WJC6042RP931X1 - 48W x 22D x 42H Left Reception Return, 1, EA; LI 025: JCM6022BR151X1 - 60W x 22D x 30H Workstation Bridge full back w/base, 1, EA; LI 026: WCT4242CU228 - Workstation Corner unit 42W x 42D x 30H, 1, EA; LI 027: JCM2422RE209X1 - 24W x 22D x 29H Right return with B/B/F Pedestal, 1, EA; LI 028: WJC9212TC510X1 - 92W X 12D X 1 5/16H Wood Counter with 3? overhang, 1, EA; LI 029: WJC-3523-CR376 - Freestanding Top 35 x 23 x 2 ?, 1, EA; LI 030: WCT7051OH447 - Woodbury Overhead Beveled Glass-4 Drs/Cornice Top 70W x 15D x 51H, 1, EA; LI 031: Delivery and Installation, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.202-1, 52.212-3, 52.204-7, 52.204-9, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.237-2, 252.201-7000, 252.203-7002, 252.204.7008, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following FAR clauses in 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (MAY 2012), will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.225-1, 52.232-33, 52.203-13, 52.222-40, 52.222-41, 52.222-51, 52.222-53, 52.222-54, 52.226-6. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.246-70000 Material Inspection and receiving Report, Alternate I (OCT 2011) of 252.225-7001, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission 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 buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. 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.hil.af.mil and/or http://www.acqnet.gov/far. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered; and are determined to be fair and reasonable. The following factors shall be used to evaluate offers: Price, Technical Capability, and Responsibility: Proposed quote will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor?s technical certifications to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to successfully perform the requirement. (a) If an item in this solicitation is identified as ??brand name or equal,?? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ??equal?? products must meet are specified in the solicitation. (b) To be considered for award, offers of ??equal?? products, including ??equal?? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ??equal?? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ??equal?? product, the offeror shall provide the brand name product referenced in the solicitation. The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, ?Insurance--Work on a Government Installation.? Workmen?s Compensation and Amount required by the State in which this Occupational Disease Insurance contract is performed KIND:AMOUNT: Employer?s Liability Insurance$100,000 Comprehensive General Liability$50,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability$200,000 per person $500,000 per occurrence for Bodily Injury and for Property Damage$20,000 per occurrence (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) Term is mandatory for lodging and hotel requirements. This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror other than a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor. All proposal submitted by an offeror other than a hotel shall provide the following: (1) Valid business insurance certificate. (2) Hotel agreement verified, and countersigned by both parties and the authorized agent of the participating hotel (hotel letterhead). (Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable). In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The applicable NAICS code for this procurement is 337215 with the related size standard of 500 employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote nonresponsive. The award of this solicitation will be evaluated by the lowest price that is technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. The offer must meet or exceed technical specifications. The standard of performance applicable to the "or exceed characteristics" is that it must be functionally equivalent to the stated salient characteristics, but not necesssarily the same in every detail. The offer of all priced items multiplied by the quantity stated in this solicitation will be considered as a total price. Subject to the provisions contained herein, the Government intends to award a single order resulting from the solicitation, whose quote conforms to the solicitations requirements (to include all stated terms, conditions, and all other information required by the solicitation), provides the lowest price technically acceptable, quote to satisfy the requirements of this solicitation. Quotes that fail to address all the requirements set forth in the solicitation will be rejected. SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. 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.hil.af.mil and/or http://www.acqnet.gov/far. and/or http://farsite.hill.af.mil/vfdfara.htm and/or http://farsite.hill.af.mil/vfafara.htm The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items (DEC 12)FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (See Clauses and Provisions Attachment) (See Clauses and Provisions Attachment) (See Clauses and Provisions Attachment) (See Clauses and Provisions Attachment) (See Clauses and Provisions Attachment) Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site-visit is scheduled for 8 September 2015 at 9:30 AM EST. We will meet at the 900th CCBn located at 1105 Macomb St, Stack C at 9:00 AM EST and from there we will move to the site. IF YOU PLAN ON ATTENDING THE SITE VISIT PLEASE LET THE CONTRACT SPECIALIST KNOW NLT 3 SEPTEMBER 2015 at 1:00 P.M. EST TO COORDINATE FOR ACCESS BADGES. If you do not make it to the site-visit at the specified time then you can supply any questions you may have to FedBid website where they will be promptly responded to. Q&A will end on 9 September 2015 at 1:00pm EST. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/ COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/93074a457a6862e5fc942d8750bdc312)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03884439-W 20150916/150914235321-93074a457a6862e5fc942d8750bdc312 (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.