Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOLICITATION NOTICE

71 -- Conference Table, Storage Cabinet and Chairs

Notice Date
5/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
34 SOuth Gate Road SUite 1104, Ft Buchanan, PR 00934
 
ZIP Code
00934
 
Solicitation Number
W912C3-17-Q-020A
 
Response Due
5/12/2017
 
Archive Date
11/8/2017
 
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
Economically Disadvantaged Woman Owned 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 W912C3-17-Q-020A 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 337211 with a small business size standard of 500.00 employees. This requirement is an [ Economically Disadvantaged Women-Owned 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 2017-05-12 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Buchanan, PR 00934 The MICC Fort Buchanan requires the following items, Meet or Exceed, to the following: LI 001: Conference Table: Executive hardwood 20 feet conference table with flush removable cover. Cordovan finish. Hardwood veneer base. Table must be wired for Ethernet and electrical connections. SEE ATTACHMENT., 1, EA; LI 002: Wood Storage Cabinet: Executive hardwood Cordovan finish to match the conference table in item 001 with 8 large storage drawers with classic pulls, antique brass. Measurement 21D X 72W. SEE ATTACHMENT, 1, EA; LI 003: Leather Executive Chair with supportive base: black top-grain leather on all seated surfaces and arm cushions. Cast aluminum arms and bases with a durable powder-coated finish. Cushions: molded foam. Gas lift adjusts seat height from 39" to 42", seat tilt, swivel and tension control mechanisms. Sturdy five-star caster base. SEE ATTACHMENT, 20, EA; LI 004: Assembly Cost: Contractor is responsible for fully assemble all line items above (0001 THROUGH 0003)., 1, EA; LI 005: Shipping Cost FOB Destination Fort Buchanan, PR 00934. No Consolidation Point Authorized. Item must include all related cost to delivery all items to Fort Buchanan, PR including all independent carrier cost used to complete delivery and any equipment required to offload equipment from delivery truck. Contractor will be responsible for merchandise until fully accepted by the Government at Fort Buchanan, PR 00934. Please provide Shipment plan/options, 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 Buchanan 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 Buchanan 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 selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offeror - 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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.232-39, 252.204-7004 Alt A. FAR 52.232-39 Unenforceability of Unauthorized Obligations. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.209-7 Information Regarding Responsibility Matters,52.208-9 Contractor Use of Mandatory Sources of Supply or Services, Incorporated by reference FAR 52.252-2:The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-7000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions; 252.232-7006 WAWF Payment Instructions. DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Fiscal Year 2016 APPROPRIATIONS (DEVIATION 2016-O0002) (OCT 2015). FAR 52.204-7 System for Award Management; FAR 52.204-13 System for Award Management Maintenance. NOTE: Update on the small business certifications is required. Small Business Administrations recently changes the HUB Zone Certification. Ensure your company has completed a Certification and Representation review in SAM and update the required sections as applicable. Please verify the information at http://map.sba.gov/hubzone/maps/ In accordance with DFARS 252.232-7003, ÂElectronic 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 System for Award Management (SAM)site at https://www.sam.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 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) Bid MUST be good for 30 calendar days after submission Shipping must be free on board (FOB) Ft. Buchanan, Puerto Rico which means that the seller must deliver the goods on its conveyance to Ft. Buchanan or to the destination specified by the Buyer. 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. Consolidation Point not authorized 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. Award will be made base on the Best Value Offer at a Lower Price Technically Acceptable. The following factor will be measure: Measurements, Material, and Price. Relevancy of the factors: Measurement is number 1 factor, Price is number 2, and Material number 3. Provide Clear and detailed Items Specifications for evaluation for Items 001, 002, 003 "Acceptance period," as used in this provision, means the number of calendar days available to the Government for awarding a contract from the date specified in this solicitation for receipt of bids. This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this Fedbid. The Government requires a minimum acceptance period of 90 calendar days. A bid allowing less than the Government's minimum acceptance period will be rejected. The bidder agrees to execute all that it has undertaken to do, in compliance with its bid, if that bid is accepted in writing within 60 Calendar day acceptance period"
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/343430e71de1e81328f14acbb52c1b5a)
 
Place of Performance
Address: Fort Buchanan, PR 00934
Zip Code: 00934
 
Record
SN04498330-W 20170507/170505234919-343430e71de1e81328f14acbb52c1b5a (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.