Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
MODIFICATION

71 -- Furniture

Notice Date
9/17/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
1000 Custer Hollow Road, Clarksburg, WV 26306
 
ZIP Code
26306
 
Solicitation Number
DJF-15-1200-B-0000156
 
Response Due
9/21/2015
 
Archive Date
3/19/2016
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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 DJF-15-1200-B-0000156 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 337214 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 2015-09-21 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20535 The Federal Bureau of Investigation requires the following items, Meet or Exceed, to the following: LI 001: FILE CABINET - Dimensions: 30" W x 18" D; Description: 3-drawer steel lateral file, Integral drawer full pull, bar pull, or electronic lock pull, Unit is locking and able to be locked via electronic system(batteries), or combination lock either fixed or revolving mode; Finish: Painted metal - White high gloss; Fixed Mode Specifications: Once code is created, that code remains in effect until the administrative user changes it; Revolving Mode Specifications: Hoteling system or single use mode, the code is cleared after each complete locking system and can be reassigned by administrative user., 13, EA; LI 002: PERSONAL STORAGE LOCKERS - Stacked Quad Units (two upper lockers over two lower lockers) Dimensions: 24" W x 65 7/8" H x 18 1/4" D; Description: Integral drawer full pull, bar pull, or electronic lock pull, Unit is locking and able to be locked via electronic system(batteries), or combination lock either fixed or revolving mode, Closet and shelf system in each individual unit, Set back base (no less than 4" off the ground); Finish: Painted metal - White high gloss, 6, EA; LI 003: WORKSTATION - Dimensions: Minimum 2' W x 5'6" D; Description: Center spine modesty/privacy panel in clear glass/opaque acrylic and panel cannot exceed 54" AFF, Benching system or equal, electronic height adjustable station (3-tier or equal), No overhead storage or paper management accessories; Finish: Top-Laminate in neutral color, Base-polished aluminum, 2, EA; LI 004: WORK STOOL - Description: Height Adjustable, Seat Height minimum of 16"-48", Mesh Back, Upholstered seat or better, Swivel and tilt seat adjustment, Wheel casters - black, Fixed open loop arms; Finishes: Frame/Seat Shell/Base - Polished Aluminum, Seat and Back - Mesh Black, 8, EA; LI 005: TALL PULL-OUT WORKSTATION CABINET - Description: Vertical, space efficient storage, Quick access to combination of paper filing and shelving, Stand on wheels for easy movement and flexibility, Asymmetrically divided, lockable security compartments; Finishes: Steel Structure - White, 2, EA; LI 006: CONFERENCE CHAIRS - Description: Mid-back height, Swivel and tilt seat adjustment, Wheel casters - black, Fixed open loop arms, Space efficient; Finishes: Frame/Seat Shell/Base Finish - Polished Aluminum, Seat and Back - Eco-dematerialized design to provide ergonomic support, Colors - Complimentary neutral colors., 12, EA; LI 007: DUAL MONITOR SUPPORT - Description: Supports two (2) monitors-minimum 14 lbs. each, Vertical Articulation: 13", Forward Reach: 12.5" - 18.5", Collapsible: Down to 9.5", Tilt range: 135 degrees (+45/-90 degrees), Pivot 180 degrees (+/-90 degrees), 8, EA; LI 008: CREDENZA UNIT 01 - Dimensions: Minimum-64?W X 18?D X 25.5?H, Maximum-74.75?W X 24?D X 25.5?H; Description: Storage cabinets with minimum three (3) adjustable shelves, integral drawers full pull, bar pull, or electronic lock pull. Units is locking and able to be locked via electronic system, or combination lock either fixed or revolving mode; Finishes: Wood finishes-colors Black-Light Gray., 1, EA; LI 009: CREDENZA UNIT 02 ? Dimensions: Minimum-36?W X 18?D X 25.5?H, Maximum-48?W X 24?D X 25.5?H; Description: Storage cabinets with minimum three (3) adjustable shelves, integral drawers full pull, bar pull, or electronic lock pull. Units is locking and able to be locked via electronic system, or combination lock either fixed or revolving mode; Finishes: Wood finishes-colors Black-Light Gray., 2, EA; LI 010: OFFICE COAT STAND - Description: Coat stand combination with Umbrella holders; Finishes: Laminate-Black, 2, EA; LI 011: SIDE TABLE - Description: 15.75" diameter x 25"H minimum, Freestanding low table; Finishes: Top Frosted Glass, 2, 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, Federal Bureau of Investigation 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. Federal Bureau of Investigation 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offer must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offer must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. BRAND NAME OR EQUAL FAR 52.211-6 Aug. 1999 (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. NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this IFB. Items/services that do not conform to descriptions and part numbers found in this IFB will be rejected at the time of delivery causing a return at the vendor's expense. 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. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery and installation must be made within 10 days or less after receipt of order (ARO)unless otherwise specified in bid and subsequent award. The offer must provide within its offer the number of days required to make delivery and installation after it receives a purchase order from the buyer. 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 the following clauses in paragraph (b): 52.203-6, 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Descriptive Literature (Apr 2002) (a) ?Descriptive literature,? as used in this provision, means information furnished by a bidder, such as cuts, illustrations, drawings, and brochures, that shows a product?s characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. (b) Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements such as? (1) Design; (2) Materials; (3) Components; (4) Performance characteristics; and (5) Methods of manufacture, assembly, construction, or operation. (c) Descriptive literature, required elsewhere in this solicitation, shall be? (1) Identified to show the item(s) of the offer to which it applies; and (2) Received by the time specified in this solicitation. (d) If the bidder fails to submit descriptive literature on time, the Government will reject the bid. (e) If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid. Contractor Certification of Compliance with Federal Tax Requirements By submitting a response to a solicitation or accepting a contract award, the Contractor certifies that, to the best of its knowledge and belief, the Contractor has filed all Federal tax returns required during the three (3) years preceding the certification, has not been convicted of a criminal offense under the Internal Revenue Code of 1986, and has not, more than 90 days prior to certification, been notified of any unpaid Federal tax assessment for which the liability remains unsatisfied, unless the assessment is the subject of an installment agreement or offer in compromise that has been approved by the Internal Revenue Service and is not in default, or the assessment is the subject of a non-frivolous administrative or judicial proceeding.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/FedBid/DJF-15-1200-B-0000156/listing.html)
 
Place of Performance
Address: Washington, DC 20535
Zip Code: 20535
 
Record
SN03891977-W 20150919/150918000449-df59a1312d373773c91a575aad855223 (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.