SOLICITATION NOTICE
71 -- Various Office Furniture
- Notice Date
- 9/18/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060417Q4102
- Response Due
- 9/21/2017
- Archive Date
- 10/6/2017
- Point of Contact
- Jeen Chu 808-473-7564
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-17-Q-4102. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95 and DFARS Publication Notice 20161222. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 337214 and the Small Business Standard is 1,000. This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside decision. The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are available in the attached supply list. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001 “ Various Office Furniture (see attachment for list and quantity of office furniture). QTY: 1 GR Delivery is 30 day preferred; Delivery Location is JPPSO 4825 Bougainville Drive, bldg 2652, Honolulu HI 96818. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management (Oct 2016) 52.204-13SAM Maintenance (Oct 2016) 52.204-16Commercial and Government Entity Code Reporting (July 2016) 52.204-18CAGE Maintenance (July 2016) 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.211-6Brand Name or Equal 52.212-1Instructions to Offerors (Oct 2016) 52.212-3 Alt IOfferor Reps and Certs 52.212-4Contract Terms and Conditions--Commercial Items (May 2015) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) Reserved 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-28Post Award Small Business Program Rerepresentation (July 2013) 52.222-3Convict Labor (June 2003) 52.222-19Child Labor--Cooperation with Authorities and Remedies (Oct 2016) 52.222-21Prohibition of Segregated Facilities (April 2015) 52.222-26Equal Opportunity (Sept 2016) 52.222-36Equal Opportunity for Workers w/ Disabilities (July 2014) 52.222-37Employment Reports on Disabled Veterans (Feb 2016) (i)52.222-50Combating Trafficking in Persons (March 2015) 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.232-33Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-39Unenforceability of Unauthorized Obligations (June 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3Protest After Award 52.237-1Site Visit 52.237-2Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34FOB Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference52.212-1 Instructions to Offerors - Commercial Items Quoters shall include a completed copy of 52.204-20, 52.209-11, and 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 252.203-7002Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt ASystem for Award Management (May 2013) 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7011Alternative Line Item Structure (Sept 2011) 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 252.204-7015Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.211-7003 Item Identification and Valuation (March 2016) 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.223-7008Prohibition of Hexavalent Chromium (May 2011) 252.225-7001Buy American Act and Balance of Payments Program (Aug 2016) 252.225-7002Qualifying Country Sources as Subcontractors (Aug 2016) 252.232-7003Electronic Submission of Payment Requests (Mar 2008) 252.232-7006Wide Area Workflow Payment Instructions (May 2013) 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items (June 2013) 252.247-7023Transportation of Supplies by Sea (April 2014) This announcement will close at 0800 a.m. HST on Thursday 21 September 2017. Contact Jeen Chu who can be reached at 808-473-7564 or email jeen.chu@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060417Q4102/listing.html)
- Record
- SN04681459-W 20170920/170918231053-11870081c58df891b1e79efe61f9389a (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 |