Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2018 FBO #6041
MODIFICATION

W -- OPTION - Office Furniture 4332-TX for lease

Notice Date
6/6/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
500 C Street SW, Washington, DC 20472
 
ZIP Code
20472
 
Solicitation Number
70FBR618Q00000019
 
Response Due
6/12/2018
 
Archive Date
12/9/2018
 
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
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number 70FBR618Q00000019. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 924209_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted 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 2018-06-12 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work.. The DHS Federal Emergency Management Agency requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 07/01/2018 - 08/27/2019 LI 001: Each standard workstation shall be 6 X6 in size and in a L shape layout with the following: a. 40 high acoustical panels b. One (1) pedestal with two (2) drawers and one (1) file c. Vertical cable pathways integral to the furniture and panels d. A minimum of two (2) power receptacles and one (1) data punch out, 570, EA; LI 002: Each supervisor cube shall be 8 X8 in size and in a L shape layout with the following: a. 60 high acoustical panels b. One (1) pedestal with two (2) drawers and one (1) file drawer c. Vertical cable pathways integral to the furniture and panels d. A minimum of two (2) power receptacles and one (1) data punch out, 30, EA; LI 003: Each private office workstation shall be 8 X 8 in size in a U shape and wall mounted with the following: a. Two (2) wall mounted locking overhead storage cabinets b. One (1) tack board c. One (1) LED task light d. One (1) two (2) drawer file pedestal e. Two (2) visitors chairs, 15, EA; LI 004: Conference Rooms in North Texas Area: Caddo Mounds 18 x 5 Table, 1, EA; LI 005: Conference Rooms in North Texas Area: Caddo Mounds Side Chairs - stackable, 18, EA; LI 006: Conference Rooms in North Texas Area: Caddo Mounds Table Chairs, 14, EA; LI 007: Conference Rooms in North Texas Area: Fort Griffin 18 x 5 Table, 1, EA; LI 008: Conference Rooms in North Texas Area: Fort Griffin Side Chairs - stackable, 18, EA; LI 009: Conference Rooms in North Texas Area: Fort Griffin Table Chairs, 14, EA; LI 010: Conference Rooms in North Texas Area: Mission Delores 18 x 5 Table, 1, EA; LI 011: Conference Rooms in North Texas Area: Mission Delores Side Chairs - stackable, 18, EA; LI 012: Conference Rooms in North Texas Area: Mission Delores Table Chairs, 14, EA; LI 013: Conference Room in Central Texas Area: Goliad 24 X 5 Table, 1, EA; LI 014: Conference Room in Central Texas Area: Goliad Side Chairs, 30, EA; LI 015: Conference Room in Central Texas Area: Goliad Table Chairs, 16, EA; LI 016: Conference Room in Central Texas Area: Alamo 25 X 8 Table, 1, EA; LI 017: Conference Room in Central Texas Area: Alamo Side Chairs, 30, EA; LI 018: Conference Room in Central Texas Area: Alamo Table Chairs, 22, EA; LI 019: Conference Rooms in South Texas Area: Fannin Battleground 12 x 5 Table, 1, EA; LI 020: Conference Rooms in South Texas Area: Fannin Battleground Table chairs, 12, EA; LI 021: Conference Rooms in South Texas Area: Fannin Battleground side chairs- Stackable, 10, EA; Option 1 Period of Performance: 07/01/2019 - 08/27/2020 LI 001: Each standard workstation shall be 6 X6 in size and in a L shape layout with the following: a. 40 high acoustical panels b. One (1) pedestal with two (2) drawers and one (1) file c. Vertical cable pathways integral to the furniture and panels d. A minimum of two (2) power receptacles and one (1) data punch out, 570, EA; LI 002: Each supervisor cube shall be 8 X8 in size and in a L shape layout with the following: a. 60 high acoustical panels b. One (1) pedestal with two (2) drawers and one (1) file drawer c. Vertical cable pathways integral to the furniture and panels d. A minimum of two (2) power receptacles and one (1) data punch out, 30, EA; LI 003: Each private office workstation shall be 8 X 8 in size in a U shape and wall mounted with the following: a. Two (2) wall mounted locking overhead storage cabinets b. One (1) tack board c. One (1) LED task light d. One (1) two (2) drawer file pedestal e. Two (2) visitors chairs, 15, EA; LI 004: Conference Rooms in North Texas Area: Caddo Mounds 18 x 5 Table, 1, EA; LI 005: Conference Rooms in North Texas Area: Caddo Mounds Side Chairs - stackable, 18, EA; LI 006: Conference Rooms in North Texas Area: Caddo Mounds Table Chairs, 14, EA; LI 007: Conference Rooms in North Texas Area: Fort Griffin 18 x 5 Table, 1, EA; LI 008: Conference Rooms in North Texas Area: Fort Griffin Side Chairs - stackable, 18, EA; LI 009: Conference Rooms in North Texas Area: Fort Griffin Table Chairs, 14, EA; LI 010: Conference Rooms in North Texas Area: Mission Delores 18 x 5 Table, 1, EA; LI 011: Conference Rooms in North Texas Area: Mission Delores Side Chairs - stackable, 18, EA; LI 012: Conference Rooms in North Texas Area: Mission Delores Table Chairs, 14, EA; LI 013: Conference Room in Central Texas Area: Goliad 24 X 5 Table, 1, EA; LI 014: Conference Room in Central Texas Area: Goliad Side Chairs, 30, EA; LI 015: Conference Room in Central Texas Area: Goliad Table Chairs, 16, EA; LI 016: Conference Room in Central Texas Area: Alamo 25 X 8 Table, 1, EA; LI 017: Conference Room in Central Texas Area: Alamo Side Chairs, 30, EA; LI 018: Conference Room in Central Texas Area: Alamo Table Chairs, 22, EA; LI 019: Conference Rooms in South Texas Area: Fannin Battleground 12 x 5 Table, 1, EA; LI 020: Conference Rooms in South Texas Area: Fannin Battleground Table chairs, 12, EA; LI 021: Conference Rooms in South Texas Area: Fannin Battleground side chairs- Stackable, 10, EA; Option 2 Period of Performance: 07/01/2020 - 08/27/2021 LI 001: Each standard workstation shall be 6 X6 in size and in a L shape layout with the following: a. 40 high acoustical panels b. One (1) pedestal with two (2) drawers and one (1) file c. Vertical cable pathways integral to the furniture and panels d. A minimum of two (2) power receptacles and one (1) data punch out, 570, EA; LI 002: Each supervisor cube shall be 8 X8 in size and in a L shape layout with the following: a. 60 high acoustical panels b. One (1) pedestal with two (2) drawers and one (1) file drawer c. Vertical cable pathways integral to the furniture and panels d. A minimum of two (2) power receptacles and one (1) data punch out, 30, EA; LI 003: Each private office workstation shall be 8 X 8 in size in a U shape and wall mounted with the following: a. Two (2) wall mounted locking overhead storage cabinets b. One (1) tack board c. One (1) LED task light d. One (1) two (2) drawer file pedestal e. Two (2) visitors chairs, 15, EA; LI 004: Conference Rooms in North Texas Area: Caddo Mounds 18 x 5 Table, 1, EA; LI 005: Conference Rooms in North Texas Area: Caddo Mounds Side Chairs - stackable, 18, EA; LI 006: Conference Rooms in North Texas Area: Caddo Mounds Table Chairs, 14, EA; LI 007: Conference Rooms in North Texas Area: Fort Griffin 18 x 5 Table, 1, EA; LI 008: Conference Rooms in North Texas Area: Fort Griffin Side Chairs - stackable, 18, EA; LI 009: Conference Rooms in North Texas Area: Fort Griffin Table Chairs, 14, EA; LI 010: Conference Rooms in North Texas Area: Mission Delores 18 x 5 Table, 1, EA; LI 011: Conference Rooms in North Texas Area: Mission Delores Side Chairs - stackable, 18, EA; LI 012: Conference Rooms in North Texas Area: Mission Delores Table Chairs, 14, EA; LI 013: Conference Room in Central Texas Area: Goliad 24 X 5 Table, 1, EA; LI 014: Conference Room in Central Texas Area: Goliad Side Chairs, 30, EA; LI 015: Conference Room in Central Texas Area: Goliad Table Chairs, 16, EA; LI 016: Conference Room in Central Texas Area: Alamo 25 X 8 Table, 1, EA; LI 017: Conference Room in Central Texas Area: Alamo Side Chairs, 30, EA; LI 018: Conference Room in Central Texas Area: Alamo Table Chairs, 22, EA; LI 019: Conference Rooms in South Texas Area: Fannin Battleground 12 x 5 Table, 1, EA; LI 020: Conference Rooms in South Texas Area: Fannin Battleground Table chairs, 12, EA; LI 021: Conference Rooms in South Texas Area: Fannin Battleground side chairs- Stackable, 10, 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, DHS Federal Emergency Management Agency 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. A site visit will be conducted on Monday, 4 June, 2018 (see location and time in the attached). Site visit is not mandatory but highly encouraged as there are electrical requirements associated with this project. Contractors are strongly encouraged to be at twenty (20) minutes early, as the site visit will start exactly at 11 a.m. CST New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. There are two RFQs being posted, one for leasing (Fedbid buy #924209) and one for purchasing (Fedbid buy #924414) the products listed. Vendors are welcome to bid on either or both if possible. The government simply wants to determine which option is best and will award based on best value and the following preference for vendors. Preference will be given to the following: 1.Local organizations, firms, in accordance with the Robert T. Stafford Disaster Relief and Emergency Assistance Act, 2.The Department of Homeland Security Strategic Sourcing Furniture BPA 3.GSA Schedule holders First Phase: furniture installation on 6/25 thru 6/28 and a move in date of 6/29 for our personnel Second Phase (middle section): furniture installation on 7/9 thru 7/13 and a move in date of 7/15 Third Phase (old Retail): Final furniture installation after August 15
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/70FBR618Q00000019/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04946312-W 20180608/180606230549-87c19cded3ff301e355082c807a1ef1d (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.