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 -- Home/Barracks 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
LeonardWoodUSAMPSTLM001
 
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 LeonardWoodUSAMPSTLM001 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 337121 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: Twin XL (Twin Long) steel construction bed frame with fully welded end frame legs bolted to a fully welded steel construction mattress deck. End frame legs dimensions (height = 35 to 38 inches; width = 38 to 39 inches). The overall assembled dimensions of bedframe (height = 35 to 38 inches; width 38 to 39 inches; length = 82 to 87 inches). When assembled, the mattress deck should set approximately 15 to 25 inches above the surface of the floor. Black in color powder coated steel finish. Durable plastic construction caps should cover the ends of each leg to protect the floor surface. If end frame legs are stackable (bunk), durable plastic construction caps are required to cover the top ends of each leg post. Or equal to: Norix Furniture PROT100 NextGen Steel Single Bed., 60, EA; LI 002: Twin XL (Twin Long) sewn seam mattress with the standard approximate dimensions (width = 36 inches; length = 79 to 80 inches; height (thickness) = 5 to 8 inches). Foam construction mattress with preferably no inner springs required, encased within a nylon type construction mattress cover with the following preferred characteristics: fire retardant, moisture resistant, anti-bacterial, anti-fungal, crack resistant, stain resistant, anti-static and breathable. No color preferences. Or equal to: Norix Furniture MNF6-3680 Comfort Shield Dorm “ Foam Mattress., 60, EA; LI 003: 5-drawer dresser/chest with the dimensions (width = 30 to 36 inches; depth = 19 to 24 inches; height = 40 to 45 inches). Dresser cabinet body and drawers, to include drawer slides and supports are steel construction. Black in color powder coated steel finish. Dresser top surface and optional drawer fronts are constructed of wood or M3 grade or similar high density particle board with a 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. Preferable to have durable plastic construction pads affixed to the base of the dresser unit to protect the floor surface. Must be a matching set to the requested 2-drawer nightstand in this order. Or equal to: Norix Furniture TNT7159 Titan 5 Drawer Chest., 60, EA; LI 004: 2-drawer nightstand with dimensions (width = 18 to 23 inches; depth = 20 to 26 inches; height = 21 to 26 inches). Nightstand cabinet body and drawers, to include drawer slides and supports are steel construction. Black in color powder coated steel finish. Nightstand top surface and optional drawer fronts are 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 wood grain pattern type laminate is negotiable. Preferable to have durable plastic construction pads affixed to the base of the dresser unit to protect the floor surface. Must be a matching set to the requested 5-drawer dresser/chest in this order. Or equal to: Norix furniture TNT2129 Titan 2 Drawer Nightstand., 60, EA; LI 005: Stationary stuffed/padded arm chair with dimensions no larger than (width = 28 inches; depth = 30 inches; height = 38 inches). The chair frame is preferably wood type construction and is upholstered with a polyester fabric type construction with foam type construction padding. The seat is constructed with a web type suspension, with padding, and is able to support a minimum weight of at least 250 pounds. The preferred fabric colors are lighter tones of grey or beige. Or equal to: Laurel Foundry Modern Farmhouse Lake Macquarie Wingback Chair, Pumice, LFMF3186., 6, 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/12bd06695e6544f2ff6df9eb6b396138)
 
Place of Performance
Address: Fort Leonard Wood, MO 65473
Zip Code: 65473
Country: US
 
Record
SN05311337-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.