Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2017 FBO #5775
MODIFICATION

71 -- Due date Extended: 15 Sep 17 2pmPST. Regency Brand Furniture - Amendment. Add requirement for shipping/delivery/install. Added address

Notice Date
9/13/2017
 
Notice Type
Modification/Amendment
 
NAICS
337211 — Wood Office Furniture Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Washington, Building 32, Camp Murray, Tacoma, Washington, 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
F9XHNW7187AW01
 
Archive Date
9/30/2017
 
Point of Contact
Matthew J. Berube, Phone: 2535122186
 
E-Mail Address
matthew.j.berube2.mil@mail.mil
(matthew.j.berube2.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Notice 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. Solicitation Number F9XHNW7187AW01 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Dated 19 January 2017 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20161222. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is under North American Industry Classification Standards (NAICS) code 337211 with a size standard of 500 employees. This acquisition is set aside for Service Disables Veteran Owned Small Business (SDVOSB). This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the best value to the Government in accordance with the evaluation structure set forth in this RFQ. 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 based on; price, and technical acceptability of all items are the evaluation criteria, lowest price technically acceptable (LPTA). This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Government POC A Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer. *** Quote due date is now 15 September 2017 at 2:00 P.M. PST matthew.j.berube2.mil@mail.mil Electronic offers required. All questions must be submitted by email no later than 24 hours prior to bid close date. Please send all questions in email. Description of Requirements THIS IS A BRAND NAME ONLY REQUIREMENT CLIN 0001. Qty: 5 Each. Combo Lateral File. MFR: Regency, line: Legacy. Color: Cherry. Part #: (LPCL3124-CH) Include Shipping, Delivery and Installation /Setup CLIN 0002. Qty: 3 Each. Box Box File Pedestal. MFR: Regency, line: Legacy. Color: Cherry. Part #: (LPBBF22CH) Include Shipping, Delivery and Installation /Setup CLIN 0003. Qty: 2 Each. 71" Desk Shell. MFR: Regency, line: Legacy. Color: Cherry. Part #: (LDS7135-CH) Include Shipping, Delivery and Installation /Setup CLIN 0004. Qty: 4 Each. 2 Drawer Lateral File. MFR: Regency, line: Legacy. Color: Cherry. Part #: (LPLF3624-CH) Include Shipping, Delivery and Installation /Setup CLIN 0005. Qty: 2 Each. Storage Cabinet 29"H. MFR: Regency, line: Legacy. Color: Cherry. Part #: (LSC2935-CH) Include Shipping, Delivery and Installation /Setup CLIN 0006. Qty: 3 Each. File File Pedestal. MFR: Regency, line: Legacy. Color: Cherry. Part #: (LPFF22CH) Include Shipping, Delivery and Installation /Setup CLIN 0007. Qty: 1 Each. 71" Bookcase. MFR: Regency, line: Legacy. Color: Cherry. Part #: (LBC7132-CH) Include Shipping, Delivery and Installation /Setup CLIN 0008. Qty: 2 Each. 35" Open Hutch. MFR: Regency, line: Legacy. Color: Cherry.) Part #: (LHO35-CH) Include Shipping, Delivery and Installation /Setup CLIN 0009. Qty: 1 Each. 71" L Shaped Desk Shell. MFR: Regency, line: Legacy. Color: Cherry. Part #: (LADSL7130-CH) Include Shipping, Delivery and Installation /Setup CLIN 0010. Qty: 2 Each. Mobile Lectern. MFR: Regency, line: Legacy. Color: Cherry. Part #: (LLC44-CH) Include Shipping, Delivery and Installation /Setup CLIN 0011. Qty: 1 Each. Printer Stand. MFR: Regency, line: Legacy. Color: Cherry. Part #: (LPFS2121-CH) Include Shipping, Delivery and Installation /Setup ADDRESS: 855 Lincoln Bldv Joint Base Lewis McChord, WA 98438 PROVISIONS AND CLAUSES C l a us e s m a y b e a c ce ss e d e l ec t r oni c a l l y in f ull t e x t th r ou g h http:// far sit e.hill. af.mil. C ont rac to r s must be ac tiv e l y r e g ist e r e d with www.SAM.gov and W ide A re a W o r k F low ( W A W F ) a t http://w a w f. e b. mil. FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements FAR 52.204-7, System for Award Management Registration FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Maintenance 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 and technical acceptability of all items are the evaluation criteria. 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 52.222-50, 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 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7048, Export-Controlled Items 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/F9XHNW7187AW01/listing.html)
 
Record
SN04675103-W 20170915/170913231715-c4efa8c0df760929433ec8b58940b4e5 (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.