Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
MODIFICATION

71 -- Adjustable Height Workstations - Amended to add in removal/transport of existing furniture to nearby facility

Notice Date
9/18/2015
 
Notice Type
Modification/Amendment
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F9XFHQ5261AW01
 
Response Due
9/23/2015
 
Archive Date
11/17/2015
 
Point of Contact
Matthew Berube, 509-247-7224
 
E-Mail Address
141 ARW/MSC
(matthew.j.berube2.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 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. F9XFHQ5261AW01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, 03 Sept 2015 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150826. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 337211 with size standard not to exceed 500 employees. THIS REQUIREMENT IS CURRENTLY CONTINGENT UPON AVAILABLE FUNDING Description of Requirement: CLIN 0001: The HQ WA ANG located at Camp Murray, WA has a BRAND NAME requirement to match existing furniture. The requirement is for Quantity of twenty (20) adjustable workstations, each consisting of the following manufacture/part numbers: -- Victory Table Base. Part #: 2VT-C48-30. MFR: Ergonomic Solutions -- 30 quote mark x60 quote mark Rectangular Worksurface. Laminate; Shaker Cherry. Part #: HLSLR3060. MFR: Hon -- Adjustment Dual Monitor Arm. Part #: HDO-H5220. MFR: Hon -- Articulating Arm, swivels, tilts. 27 quote mark L X 10.5 quote mark W. Part #: AA330. MFR: Ergonomic Solutions -- Keyboard tray. Part #: PL003-27. MFR: Ergonomic Solutions. -- Locking Bracket for CPU. Part #: CPULOCK-K. MFR: Ergonomic Solutions **Delivery and Installation required. THIS IS A BRAND NAME ONLY REQUIREMENT *Removal/transport to nearby facility on Camp Murray of existing furniture is required. the address of Facility is: 194 LRS 112 41st Division Way Camp Murray, WA 98430 Total $__________________ Delivery requirement: 60 days ARO, FOB Destination to Camp Murray, WA Delivery will be to: 118 Infantry Dr. Camp Murray, WA 98430 Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 23 September 2015. Quotes and questions must be e-mailed to the attention of P.O.C.s listed below. Contact Information: Buyer: Matt Berube. matthew.j.berube2.mil@mail.mil Alternate Buyer: Crystina Smith. crystina.l.smith2.mil@mail.mil Financing Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code 337211. Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with www.SAM.gov and Wide Area Work Flow (WAWF) at http://wawf.eb.mil. FAR 52.204-7, System for Award Management Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.204-18, Commercial and Government Entity Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR, 52.219-28, Post-Award Small Business program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child labor - Cooperation with Authorities and Remedies 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 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil 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 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.244-7000, Subcontracts for Commercial Items Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F9XFHQ5261AW01/listing.html)
 
Place of Performance
Address: HQ WA ANG 118 Infantry Dr. Camp Murray WA
Zip Code: 98430
 
Record
SN03892915-W 20150920/150918234842-8a0253b7f69301a277c250482046eacd (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.