Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
MODIFICATION

71 -- Office Furniture

Notice Date
5/14/2019
 
Notice Type
Modification
 
Contracting Office
USAMPS - Thurman Hall - MPID, Fort Leonard Wood, MO 65473
 
ZIP Code
22030
 
Solicitation Number
LeonardWoodUSAMPSTLM005
 
Response Due
5/17/2019
 
Archive Date
11/13/2019
 
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
AMENDMENT NOTICE: 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 LeonardWoodUSAMPSTLM005 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 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.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-05-17 16:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Fort Leonard Wood, MO 65473 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Flip-top free standing training table with dimensions (width = 60 inches (standard); depth = 24 inches (standard); height = 28 to 30 inches). The table surface is constructed of wood or M3 grade or similar high density particle board with high-pressure laminate surface and PVC edge banding. Cherry in color wood grain patterned type laminate preferred or other similar color wood grain pattern type laminate is negotiable. The table leg frame is black in color powder coated steel construction with attached matching color privacy panel. The table top surface locks into position whether upright or horizontal with a lever release locking mechanism. The base of the table legs each have casters/wheels. A minimum of at least 2 of the 4 casters/wheels will have a locking mechanism, which allow the table to be moved freely across the floor when unlocked or allow the table to remain stationary when locked. Or equal to: NDI Office Furniture PBF Flip Top Training Table (table surface: PLT2460; base: PBF60 or PTLF-60; privacy panel: PBFMOD-60 or PTLFMOD-60)., 30, EA; LI 002: Stationary armless chair with dimensions (width = 20 to 27 inches; depth = 21 to 24 inches; height = 32 to 34 inches). Sled or individual leg base style is black in color coated steel construction with padded backing and seat cushions. The backing and seat cushions are black in color vinyl type construction with the following preferred characteristics: stain-resistant, anti-microbial, and anti-bacterial. The preferred seat cushion thickness is 2 to 5 inches, and the preferred backing cushion thickness is between 2 to 5 inches. Preferable to have durable plastic construction pads affixed to the base of the legs or sled base unit to protect the floor surface. Or equal to: OFM Armless Reception Chair, Black, 405-VAM., 30, EA; LI 003: Non-stationary armless chair with dimensions (width = 18 to 26 inches; depth = 22 to 27 inches; height (adjustable) = 30 to 42 inches). Seat height is adjustable using a pneumatic gas lift with adjusting lever, and adjustable back support tilt/pitch with adjusting lever. The chair base can be black in color, durable plastic, nylon, or steel type construction with each leg affixed with a caster/wheel, which allow the chair move freely across the floor. The backing and seat cushions are black in color vinyl type construction with the following preferred characteristics: stain-resistant, anti-microbial, and anti-bacterial. The preferred seat cushion thickness is 2 to 5 inches. The backing can be a vinyl type padded cushion or a black in color type mesh with built-in lumbar support. Chair must support a minimum weight of at least 250 pounds. Or equal to: OFM Straton Series Armless Swivel Task Chair, Black, 119-VAM-606., 92, 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.UnisonMarketplace.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, Unison, Inc. Unison Marketplace 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace 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 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. 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 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/f620dd248d408cdee969eccbcd16a602)
 
Place of Performance
Address: Fort Leonard Wood, MO 65473
Zip Code: 65473
Country: US
 
Record
SN05311336-F 20190516/190514230058 (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  © 1994-2020, Loren Data Corp.