SOLICITATION NOTICE
71 -- DPW Furniture for ESD Amendment
- Notice Date
- 9/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 5TH STREET, FORT IRWIN, CA 92310
- ZIP Code
- 92310
- Solicitation Number
- IRWINDPWSDS0011
- Response Due
- 9/7/2017
- Archive Date
- 3/6/2018
- 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
- 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 IRWINDPWSDS0011 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 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 2017-09-07 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT IRWIN, CA 92310 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Conference Room Chairs (Rolling) - Black Leather Wheeled chairs for seating at a conference table. Mid height backs. Adjustable height overall. Anti tip safety features. Arm rests required, metal, wood or composite material OK for the armrests. Chairs must be full assembled upon delivery, or vendor must assemble on delivery site. SKU: OSPEL13003, 24, EA; LI 002: Conference Room Chairs (Fixed) - Black Leather NON-wheeled side chairs for outer seating in a conference room. Non-adjustable height. Arm rests required, metal, wood or composite material OK for the armrests. overall construction and aesthetic must match that of the wheeled chairs in line item 1 above. Chairs must be full assembled upon delivery, or vendor must assemble on delivery site. SKU: 5505, 24, EA; LI 003: Adjustable height table top standing desk - 6.5L X 39.76W (IN),The Pro Plus 36 is a standing desk sized to accommodate those with dual-monitor setups or larger workspace needs. The two-tiered design with separate keyboard/mouse deck gives you plenty of room for basics and accessories with the added convenience of never having to move any components when raising or lowering your VARIDESK. Like all VARIDESK stand up desk models, the Pro Plus 36 features our patented, spring-assisted lift mechanism that allows you to raise and lower it almost effortlesslyin just seconds, making it a true sit stand desk. It can hold up to 35 lbs. (15.8 kg) with ease and stays sturdy and stable even at its fully extended height.Free shipping within the lower 48 states36" (91.4 cm) wid e for larger, dual-monitor setups Two-tier design: upper display surface, lowe r keyboard/mouse deck Holds up to 35 lbs (15.8 kg), Sits on top of existing de sk Sturdy and stable even when fully extended SKU: 49856 / 00813866020033, 12, EA; LI 004: DESK CHAIRS (ROLLING)- Black Leather Wheeled chairs for seating at a conference table. Mid height backs. Adjustable height overall. Anti tip safety features. Arm rests required, metal, wood or composite material OK for the armrests. Chairs must be full assembled upon delivery, or vendor must assemble on delivery site. SKU: 57906E, 18, EA; LI 005: CONFERENCE ROOM TABLE - Rectangular Table Top Laminate Lineal (PVC(LV) and Lineal Self Edge (LS), tops are 1-1/4" thick, edges are NII construction joinery. Wood bases access doors for power/commincation. Metal baship with snap-on wire chase for power/communication. Laminates with simulated wood grain will run the length of the table. SKU: R/TC1/09660 WITH LAMINATE LV AND LS EDGE, 3, EA; LI 006: CONNEX FILE STORAGE - "36X18 STORAGE SHELFS METAL Heavy-duty, rolled steel frame with 5 oak laminate shelves Holds up to 600 lb. per shelf Shelves adjustable in 1-1/2"" increments Snaps together without tools or fasteners Overall dimensions: 36"" W x 18"" D x 76"" H Starter Unit" SKU: TNNRGL1836S, 10, EA; LI 007: CONNEX FILE STORAGE - "36X18 STORAGE SHELFS METAL Heavy-duty, rolled steel frame with 5 oak laminate shelves Holds up to 600 lb. per shelf Shelves adjustable in 1-1/2"" increments Snaps together without tools or fasteners Overall dimensions: 36"" W x 18"" D x 76"" H Add-on Unit" SKU: TNNRGL1836A, 88, EA; LI 008: Hoover Vacuum Cleaner Hoover Commercial V Part Number HVRC1800010, 3, EA; LI 009: High Back Mesh Chair with headrest, Color Black part number 56507, 1, EA; LI 010: The Peerless ST660 Universal Tilt Mount for 60 inch LCD Screens (Black) delivers enhanced screen compatibility, accommodating large flat panel screens including those with VESA 800 x 400 mm hole pattern. Its open wall plate architecture delivers placement flexibility and increased electrical and cable management access. Unique pre-tensioned universal tilt screen adapters provide one-touch tilt viewing angle adjustment completing the perfect flat panel installation.; Additional Freight Charges may apply for items over 70 lbsNational Business FurnitureST660 / PEEST660, 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 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. 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. 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" 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. 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. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d7d34c6828b330185bcbd87e1284fea6)
- Place of Performance
- Address: FORT IRWIN, CA 92310
- Zip Code: 92310
- Zip Code: 92310
- Record
- SN04661020-W 20170907/170905231453-d7d34c6828b330185bcbd87e1284fea6 (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 |