Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

71 -- Reconfigure Furniture

Notice Date
9/15/2020 11:54:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK20Q0069
 
Response Due
9/17/2020 1:00:00 PM
 
Archive Date
10/02/2020
 
Point of Contact
Toni M Foster, Phone: 4438614729
 
E-Mail Address
toni.m.foster.civ@mail.mil
(toni.m.foster.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This amendment is to add responses to questions received.� See attachment - Response to Questions 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2020-07 31 Aug 2020. The solicitation number for this requirement is W91ZLK-20-Q-0069. This requirement is being competed as a 100% Small Business Set Aside � Brand Name Teknion (The contractor to provide all labor, material, equipment, procurement and delivery cost to reconfigure cubicles). The associated North American Industry Classification System (NAICS) Code 337214 which has a business size standard of 1000 employees. The Government contemplates the award of a Firm-Fixed-Price (FFP) purchase order to the Lowest Price Technically Acceptable offer. Description of Requirement: The contractor to provide all labor, material, equipment, procurement and delivery cost to reconfigure cubicles C258 � C261, C263 � C267 and T617. Please see attached Statement of Work for complete details. SITE VISIT: A site visit is scheduled for Thursday, September 10 at 11:00 AM EST. If you plan to attend the site visit, please submit your name and contact information to Ms. Toni Foster at toni.m.foster.civ@mail.mil NLT Wednesday, September 9, 2020 by 3pm. Please meet at the lobby of Building B3071 - 6678 Gunner Circle, Aberdeen Proving Ground, MD 21005. No more than one (1) representatives per company shall be allowed on the site visit. It is the Offerors responsibility to plan to arrive early enough to process through the APG Visitor Center and arrive at the site NLT 11:00AM EST. It is highly recommended that the Offeror should visit the site and take such steps as may be necessary to ascertain the nature and location of the work and the general and local conditions that may affect the work or cost thereof. The site visit is not mandatory although highly encouraged and failure to attend will not disqualify the Offeror from competition. Failure to attend will not relieve the Offeror from the responsibility for properly estimating the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understating or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quote (RFQ), the specifications or related documents. Technical Evaluation: The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. Technical acceptability will be based on a proposal that meets all the requirements stated in the Product Description. Instructions to Offerors after Site Visit: � Please provide a price quote with product description/specification to include fall labor, material, equipment, procurement and delivery cost. � By submitting a quote the Contractor agrees to the notations identified in the Statement of Work and SPECS. � All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided. � For questions concerning this solicitation, contact Purchasing Agent, Toni Foster via email at toni.m.foster.civ@mail.mil �by Friday, September 14, 2020 at 4 pm. Eastern Time. � All quotations must be signed, dated, and submitted via email to toni.m.foster.civ@mail.mil� by Thursday, September 17, 2020 at 4:00pm Eastern Time. � The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: https://www.acquisition.gov/browse/index/far The following clauses and provisions are incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Rep FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 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 FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items. 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 Policies To Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes- Fixed Price FAR 52.246-2 -- Inspection of Supplies -- Fixed-Price FAR 52.247-34 F.O.B. Destination DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252-211-7003, Item Identification and Valuation DFARS 252-215-7007, Notice of Intent to Re-solicit DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e8f36a60118f4f26b3b8ea3ca355cacf/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN05798544-F 20200917/200915230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.