Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SOLICITATION NOTICE

71 -- Sit and Stand Desk and Monitor Arms BPA

Notice Date
11/5/2020 1:07:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
DEFENSE FINANCE AND ACCOUNTING SVC COLUMBUS OH 432131152 USA
 
ZIP Code
432131152
 
Solicitation Number
HQ042321R0005
 
Response Due
11/24/2020 9:00:00 AM
 
Archive Date
12/09/2020
 
Point of Contact
Anthony M. Svab, Phone: 6147014283
 
E-Mail Address
anthony.m.svab2.civ@mail.mil
(anthony.m.svab2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sit/Stand Desk and Monitor Arms BPA REQUEST FOR QUOTES (RFQ) NO: HQ0423-21-R-0005 This is a combined synopsis/solicitation (RFQ) for the establishment of a multiple award BPA for Sit/Stand Desks and Monitor Arms for DFAS-IN 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; quotations are being requested and a written solicitation will not be issued. Set Aside:� This will be a total small business set-aside.� NAICS code for this announcement is 337214 with small business size standard of 1,000.� Quotes only from small business concerns and Federal Prison Industries (FPI) will be accepted.� Quotes received from concerns that are not small business or FPI shall be considered nonresponsive and will be rejected.� SOLICITATION CLOSING DATE: �All quotes must be received by 12 pm (Eastern), Tuesday, November 24, 2020.� Preferred delivery method for submission of your quote is via email: anthony.m.svab2.civ@mail.mil. ��Quotes shall include at a minimum, in addition to the items listed in the section Basis for Award below, the following:� Unit pricing per line item as shown on the separately attached schedule of items table; Vendor Contact Name, Phone Number and Email Address Company Cage Code and DUNS Number Tax Identification Number Business Size:� Small/Large/Other: _______________ Place of Manufacture � Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information. � **Please note � This is a sample RFQ only for the purposes of evaluation for selection of award of the BPA(s) for future supply needs.� After award of the BPA(s), once a need is identified, an RFQ will be submitted via email to each BPA holder requesting pricing for the quantity specified in the RFQ at the time.** � IMPORTANT REMINDERS:� � Prior to submission of quote, please verify your registration is current and active via the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/. � Issued by: Point of Contact: Anthony Svab DFAS Contract Services Directorate 3990 E Broad Street Bldg. 21 Columbus, OH� 43213-1152 Phone:� 614-701-4283 Fax:� 614-701-2918; Email address:� anthony.m.svab2.civ@mail.mil � Contract Type:� Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award.� List of Attachment: Schedule of Items, Full Text, Statement of Work. � REQUIRED: Completion of Provisions FAR 52.204-24 and FAR 52.204-26 to be submitted to the POC identified above. This provision has been included in the document titled �A23 Full Text� and can be found on Page 1-2 (with a brief fill-in section for company information.) This provision sheet MUST be completed by any vendor submitting a quote. Failure to submit this completed provision will result in removal from consideration. � DESCRIPTION:� This Government intends to award multiple, (up to three (3)) five (5) year BPAs with Firm Fixed Priced calls for delivery of Sit/Stand Desks along with accompanying Monitor Arms, to DFAS in Indianapolis, IN as described in the SOW attached at the end of this document. Warranties: The contractor shall provide all services associated with manufactures Lifetime Limited warranty to include shipping and all other fees within the first 90 days. Period of Performance:� Five Year BPA beginning from BPA award date (anticipated 01 December 2020 � 30 November 2025) with BPA Calls competed approximately once a year as described in the SOW attached at the end of this document.� � Delivery Location:� See Statement of Work (SOW) document attached at the end of this document. List any Acceptance Criteria:�� All or none basis. Basis for Selection:� For BPA(s): The Government will award up to three (3) BPAs resulting from this RFQ to the three (3) responsible Contractors whose quotes conforming to the RFQ provide the lowest price for the sample RFQ as described in the section below.� Price will be evaluated using price analysis techniques. For Calls: The awarded BPA holders will compete for future Calls in accordance with the SOW attached to at the end of this document.� The lowest overall priced quote submitted for each RFQ, will receive the BPA Call. � INVOICES: Shall be submitted via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract.� Reference DFAR Clause 252.232-7006. � Special Requirements (security clearance, travel, etc):� See Statement of Work (SOW) document attached to this RFQ. � PROVISIONS AND CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award. NOTE: The FAR and DFARS clauses may be accessed in full text at https://acquisition.gov/. Provisions By Reference: FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1 Instructions to Offerors � Commercial Items (DEVIATION 2018-O0018) (Mar 2020) FAR 52.212-3 Alt I. Offeror Representation and Certifications � Commercial Items Alternate I (Aug 2020) FAR 52.222-22 -- Previous Contracts and Compliance Reports (Feb 1999) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.247-7022 Representation of Extent of Transportation by Sea (Jun 2019) Clauses By Reference: FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-8 Annual Representations and Certifications (Mar 2020) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.211-17 Delivery of Excess Quantities (Sep 1989) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.253-1 Computer Generated Form (JAN 1991) DFARS 252.201-7000 Contracting Officer�s Representative (Dec 1991) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7006 Billing Instructions (Oct 2005) DFARS 252.204-7012-- Safeguarding Covered Defense Information and Cyber Incident Reporting. (Dec. 2019) DFARS 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support (May 2016) DFARS 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (May 2019) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) DFARS 252.225-7048 Export-Controlled Items (Jun 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Dec 2018) DFARS252.232-7010 Levies on Contract Payments (Dec 2006)� DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000 Subcontracts for Commercial Items.� (Oct 2020)�� Clauses Incorporated by Full Text: The following provisions and clauses in full text have been separately attached FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES--REPRESENTATION (DEC 2019) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items (Jul 2020) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) � Provisions by Full Text: � FAR 52.252-5���� AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of""(DEVIATION)"" after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. � QUESTIONS AND INQUIRIES CONCERNING THIS RFQ:� All questions and inquiries concerning any aspect of this announcement must be submitted in writing to anthony.m.svab2.civ@mail.mil for clarification sufficiently in advance of the deadline of receipt of the quote to get an answer in time to meet that deadline.� Telephone requests will not be honored.� The Government�s response to inquiries will be made in writing.� Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment.� Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award.� � PLEASE NOTE:� A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order for this service.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/16e87fb2629d4a5c811c0980f86da873/view)
 
Place of Performance
Address: Indianapolis, IN 46226, USA
Zip Code: 46226
Country: USA
 
Record
SN05847513-F 20201107/201105230146 (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.