Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

71 -- Training Room Furniture and Equipment

Notice Date
5/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1164 W.15th Street, Fort Stewart, GA 31314
 
ZIP Code
31314
 
Solicitation Number
STEWDESJAH0012
 
Response Due
5/30/2017
 
Archive Date
11/26/2017
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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 STEWDESJAH0012 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 442110 with a small business size standard of $20.50M. 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 2017-05-30 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Stewart, GA 31314 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Mesh Back Office Chair with tilt control Mesh Back Office Chair with Tilt Control lets you stay comfortable during long days in the office. The breathable mesh back keeps users cool while the built-in lumbar support prevents back strain. Use the tilt-tension control and gas-lift height control to customize your sitting angle. A star base with five casters makes it easy to roll around your building. Seat Height: 17 1/2" “ 22 1/2" adjustable Material: Mesh back & fabric seat Warranty: 2 years on upholstery, 7 years on gas lift Other Info: Lumbar support, tilt/tension control, 250 lbs. weight capacity Seat Size: 18 1/2" W x 19" D Back Size: 17 1/2" W x 16 3/4" H Base: Star base Base Size: 25 3/4" Width: 25 3/4" Depth: 27 3/4" Height: 36" - 41" adjustable, 40, EA; LI 002: Merit Series III Flip Top Training Table from Learniture or of equal. The steel square tube frame has a powder-coated finish for optimal style, and two-inch rolling casters allow for fast and easy mobility. The easy-to-clean, medium-density fiberboard and PVC top resists stains and scratches and supports up to 150 pounds. This table features a grommet for your electrical needs. Shape: Rectangular Weight Capacity: 150 lbs. Top Material: MDF & PVC Frame Material: Steel square tube Frame Finish: Powder-coated Casters: 4 locking casters Warranty: 10 year limited Other Info: Grommet for electric/USB component Width: 24" Length: 60" Height: 29 1/2" COLOR: CHERRY, 12, EA; LI 003: Book Case with 5 Adjustable shelves and One fixed. Scratch- and stain-resistant melamine laminate is easy to dust and has PVC edge banding to protect the edges. Leveling glides keep it steady on uneven flooring Melamine laminate Number of Shelves: 5 adjustable & 1 fixed Weight Capacity: 100 lbs./shelf Other Info: Meets or exceeds ANSI/BIFMA standards Warranty: 10 years Width: 32" Depth: 14" Height: 71" COLOR: Cherry, 3, EA; LI 004: Deluxe Floor Lectern with Shelf features a durable fiberboard frame with attractive laminate and T-mold edge banding. The built-in, slide-out shelf can be used on the left or right side of the lectern, and lets you easily access projectors and AV equipment during lectures. Store additional equipment, books and supplies on the two built-in shelves. Comes with four concealed casters that allow easy rolling between classrooms Frame Material: Fiberboard w/ thermofused woodgrain laminate Edge Molding: T-mold edge banding Wheels: Four casters, two locking Other Info: Slide-out shelf holds up to 35 lbs. Warranty: 10 years Width: 25" Depth: 20" Height: 46" COLOR: CHERRY, 1, EA; LI 005: Portable Pull-Up Projection Screen provides the perfect solution for conference rooms, training rooms and any small, ad hoc presentation. The quick pull-up nature of the screen makes it ideal for use with today ™s most portable multimedia projectors: simply put the case on the ground, pull the screen to the desired height and lock in place with the tension rod. Once the screen is set up, enjoy its smooth, lightproof surface, which creates great viewing from any angle. The sturdy aluminum housing delivers both function and design, while its streamlined design makes it easy to store and transport Screen Format: Full (4:3) Screen Material: Matte white Other Info: Spring-loaded manual pull Embedded telescopic tension rod Washable screen surface Warranty: 3 years Diagonal: 100" Case Size: 82" L x 2 2/5" Diameter Viewing Size: 79" W x 59" H Width: 80" Height: 60", 2, EA; LI 006: Epson's VS330 XGA 3LCD Projector or Equal features a bright 2,800 lumens high-definition picture that everyone in your classroom will be able to see. A USB port offers quick plug-and-play setup; simply plug the projector into your computer and start presenting. An HDMI connection gives you high-definition video and audio through the same cable, and keystone correction makes it easy to correct the angles on your projected image. A power-saving eco mode gives you up to 10,000 hours of lamp life. Includes a remote control with batteries, power cable, computer cable, user manual CD and quick setup sheet. Includes: Power cable, computer cable (VGA), remote control w/ batteries, user manual CD, quick setup sheet Resolution: XGA 1024 x 768 Aspect Ratio: 4:3 Brightness: 2,800 lumens Contrast Ratio: Up to 15,000:1 Lamp Power: 291W Throw Ratio: 1.48 “ 1.77 : 1 Lamp Life: 5,000 hrs. (standard); 10,000 hrs. (Eco mode) RGB Compatibility: SVGA, SXGA, WXGA, SXGA2, SXGA3, WXGA+, SXGA+ Video Compatibility: Composite Video: RCA (Yellow) x 1 Component Video: D-sub 15 pin x 1 Video Interfaces: HDMI x 1 RGB: 15-pin Dsub x 1 Composite: RCA x 1 S-Video: Mini DIN 4-pin x 1 USB: Type A x 1 (PC-less presentation, wireless adapter) Type B x 1 (USB display or mouse control) Audio: RCA (white/red) x 1 Approvals: UL 60950-1 / cUL FCC Part 15 subpart B Class B Warranty: 1-year limited (90 days on lamp) Width: 11 3/5" Depth: 9" Height: 3 1/10", 1, EA; LI 007: The Office Star Traditional Executive Chair or Equal has a high back with built-in lumbar support. Thick cushioning on the seat and padded armrests add extra comfort. Adjust the seat height easily with pneumatic control and change the back angle to suit your needs using the locking tilt control with adjustable tension. Seat Height: 19 1/2" “ 23 3/4" (adjustable) Seat Material: Padded backrest & seat w/ vinyl upholstery Frame Material: Steel w/ mahogany finish covering Base Style: Star base w/ five dual-wheel carpet casters Other Info: Height-adjustable seat, locking tilt control w/ adjustable tension, padded armrests Warranty: 15 years on non-moving metal parts; 5 years on component parts; 3 years on upholstery Seat Dimensions: 25" W x 19 1/4" D x 4 1/2" H Back Width: 22" Back Height: 27 1/4" COLOR: MAHOGNEY, 7, EA; LI 008: Best-Rite's compact Platinum Series Double-Sided Projection Plus Easel or equal is a great choice for any classroom with limited space. This double-sided mobile board features full rotation and smooth-rolling casters. A special coating enhances images and reduces glare for projecting. The aluminum frame with a perforated accent panel adds a contemporary touch to your décor Writing Surface: Projection markerboard/projection markerboard Magnetic: Yes Frame Material: Aluminum Tray Material: Aluminum Wheels: 3" casters Warranty: 50 years on writing surface Width: 2' 6" Height : 3' 4", 3, 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 End User 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 End User 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 offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program 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." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/29eff7e48eea8e186e53055a364da448)
 
Place of Performance
Address: Fort Stewart, GA 31314
Zip Code: 31314
 
Record
SN04518286-W 20170525/170523234718-29eff7e48eea8e186e53055a364da448 (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.