Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2021 SAM #7015
SOLICITATION NOTICE

71 -- USARC Operation Center Furniture

Notice Date
2/10/2021 12:08:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
 
ZIP Code
13602-5220
 
Solicitation Number
BRAGGUSARCEHV0001
 
Response Due
2/18/2021 12:00:00 AM
 
Archive Date
08/17/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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 BRAGGUSARCEHV0001 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 2021-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 1,000.00 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, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2021-02-18 12:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Ft Bragg, NC 28310 The MICC End User requires the following items, Brand Name Only (Exact Match), to the following: LI 001: 4821410 - Amia; Chair, Upholstered, Arms PLASTIC: 6205 BLACK UPHLSTRY: 5F17 BLACK ARMS: *OPT:ARM OPTIONS H/W/P/D: STD:H/W/P/D ARMS SEAT HGT: *OPT:BASE ASSY HEIGHT RANGE 5"" RANGE: STD:5"" PNEU SEAT HEIGHT RANGE BASE OPT: *OPT:BASE OPTION PLASTIC: STD:PLASTIC BASE CASTERS: CASTERS HARD CST: STD:HARD CASTERS OPT ACC: *OPT:OPTIONAL ACCESSORIES SOIL RET: SOIL RETARDANT TREATMENT STEELCASE, 38, EA; LI 002: 465A300 - Think; Chair, 3D knit FRAME FINISH: PLASTIC - PG1 6205 - BLACK BACK FINISH: 3D KNIT 5066 - MALT SEAT FINISH: BUZZ2 5G51 - SABLE HEADREST OPTION: NO HEADREST COAT HANGER: NO COAT HANGER ARM TYPE: HEIGHT,WIDTH,PIVOT,DEPTH ARM LUMBAR OPTION: ADJUSTABLE LUMBAR CYLINDER TYPE: STANDARD RANGE BASE TYPE: PLASTIC BASE CASTER OR GLIDE TYPE: HARD CASTERS SOIL RETARDANT OPTION: SOIL RETARDANT FIRE CODE TYPE: NO FIRE CODE STEELCASE, 37, EA; LI 003: CFLEXT30 - Base-Table, Metal, T flex, 30D x 30W x 27 1/2H BASE: 4799 PLATINUM METALLIC STEELCASE, 6, EA; LI 004: CWFT48120 - Table-Rectangle, Flat edge profile, Wood, 48D x 120W TOP-SURF: 3422 FC/OP MEDIUM CHERRY OPT ACC: *OPT:OPTIONAL ACCESSORIES GROMMET: GROMMETS CPCC: POWER CHANNEL COVER: COVER CORIAN S: *COVER:CORIAN FINISHES 2971: NOCTURNE BLACK TRIM: TRIM FINISH METALLIC: *TRIM:METALLIC PAINT 4799: PLATINUM METALLIC STEELCASE, 3, EA; LI 005: OLCR - Ology; Cable riser CONNECTION TYPE: LEG CONNECTION STEELCASE, 38, EA; LI 006: OLELRQ - Ology; Desk-Rectangle, Extended height SIZE OPTION: MODULAR DEPTH: 29.00000 WIDTH: 58.00000 TOP SURFACE FINISH: FIBER HPL 2850 - VANADIUM FIBER EDGE FINISH: PLASTIC - PG1 6654 - SAND BASE FINISH: TEXTURED PAINT 7207 - BLACK CORNER: SQUARE CORNER CONTROLLER: SIMPLE TOUCH CONTROLLER INTEGRATED RAIL: NO RAIL POWER ACCESS: NO POWER ACCESS SOFT EDGE: NO SOFT EDGE ANTIMICROBIAL: NON-ANTIMICROBIAL OVERHANG: NO OVERHANG GROMMET: NO GROMMET GLIDES: 1/2"" GLIDE POWER: NA 120V, NEMA 1-15 TYPE A - D STEELCASE, 38, EA; LI 007: FPAEC2OL - Ology; Monitor arm-Dual, Extended crank column, C clamp bracket BASIC: 4799 PLATINUM METALLIC PIVOTOPT: *OPT:PIVOT OPTION PVT VESA: PIVOT VESA MOUNTOPT: *OPT:MOUNTING OPTIONS CCNODOOR: C-CLAMP MOUNT NO POWER DATA AC STEELCASE, 38, EA; LI 008: ACMP52 - Screen-Modesty and privacy, Cableway, Universal clamp, 52W BASIC: 4799 PLATINUM METALLIC STEELCASE, 38, EA; LI 009: TS38304 - Jersey; Chair-Guest, Fabric, Arm, Glides BACK: T087 YELLOW FRAME: 7207 BLACK SEAT: 5G51 SABLE STEELCASE, 20, EA; LI 010: GPBTC - Base trim-Continuous, 120W BASE: 4799 PLATINUM METALLIC STEELCASE, 10, EA; LI 011: GPCTS - Ceiling track-Straight, 120W BASIC: 4799 PLATINUM METALLIC CEIL TRK: *OPT:POST EXT (CEILING TRACK) RECESSED: RECESSED CEILCLIP: *OPT:CEILING CLIP 1""EXP T: 1"" WIDE EXPOSED T STEELCASE, 6, EA; LI 012: GPLGSPT40 - Door-Leaf, Glass, Pivot hinge, Transom, Bottom rail, Single application, 40W x 5H FRAME: 4799 PLATINUM METALLIC GLASS: 6541 WHITE LAMINATED SWINGOPT: *OPT:SWING ORIENTATION LEFT: LEFT HAND SWING LK PREP: *OPT:LOCKSET PREP CYLINDER: CYLINDRICAL STEELCASE, 1, EA; LI 013: GPFS1 - Feature strip-In line, 121H BASIC: 4799 PLATINUM METALLIC WALL APPL: *OPT:WALL APPLICATION PAINT: USE W/2 PAINTED COMPONENTS 130"" CEILING HEIGHT - List Add $0, TOTAL - $0 Eng Quote AW999998 Eng Quote Product ID AW99999801 STEELCASE, 3, EA; LI 014: GPFS - Feature strip-In line, Package quantity 25 BASIC: 4799 PLATINUM METALLIC CEIL HGT: *OPT:CEILING HEIGHT 8FT 0IN: 8 FT 0 INCH (96"" TOTAL) WALL APPL: *OPT:WALL APPLICATION PAINT: USE W/2 PAINTED COMPONENTS 130"" CEILING HEIGHT - List Add $0, TOTAL - $0 Eng Quote AW999998 Eng Quote Product ID AW99999801 STEELCASE, 1, EA; LI 015: GPDSPT - Frame-Door, Pivot hinge, Transom, Single application, 40W FRAME: 4799 PLATINUM METALLIC GLASS: 6500 CLEAR GLASS PLATE: 9200 SATIN CHROME CEIL HGT: *OPT:CEILING HEIGHT 8FT 0IN: 8 FT 0 INCH (96"" TOTAL) POST EXT: *OPT:POST EXTENSION RECESSED: RECESSED SWINGOPT: *OPT:SWING ORIENTATION LEFT: LEFT HAND SWING LK PREP: *OPT:LOCKSET PREP CYLINDER: CYLINDRICAL Privacy Wall , Pivot-Hinge Transom-Height Door Frame , with Transom at standard 87"" AFF , Special: , * Size 40"" Wide x (130"" Ceiling Height) , * Transom to be Open, NO GLASS , * With Filler Package to finish , Glass Groove Eng Quote AW024047 Eng Quote Product ID AW00084270 STEELCASE, 1, EA; LI 016: GPDCLA - Hardware-Door, Cylindrical passage set PLATE: 9200 SATIN CHROME STEELCASE, 1, EA; LI 017: GPDPHS - Hardware-Door, Pivot hinge, Single door application STEELCASE, 1, EA; LI 018: GPDSBS - Hardware-Door, Screw in base stop PLATE: 9200 SATIN CHROME STEELCASE, 1, EA; LI 019: GPMEL - Mini-End, Large BASIC: 4799 PLATINUM METALLIC CEIL HGT: *OPT:CEILING HEIGHT 8FT 0IN: 8 FT 0 INCH (96"" TOTAL) 130"" CEILING HEIGHT - List Add $18, TOTAL - $18 Eng Quote AW999998 Eng Quote Product ID AW99999801 STEELCASE, 1, EA; LI 020: GPMELF - Mini-End, Large to floorBASIC: 4799 PLATINUM METALLIC 130"" CEILING HEIGHT - List Add $18, TOTAL - $18 Eng Quote AW999998 Eng Quote Product ID AW99999801 STEELCASE, 1, EA; LI 021: GPGS2L60 - Panel-Wall, Glass, 2 transom align lite, Standard, 60W FRAME: 4799 PLATINUM METALLIC GLASS-1: 6500 CLEAR GLASS GLASS-2: 6500 CLEAR GLASS CEIL HGT: *OPT:CEILING HEIGHT 8FT 0IN: 8 FT 0 INCH (96"" TOTAL) POST EXT: *OPT:POST EXTENSION RECESSED: RECESSED Privacy Wall Two Divided Lite Glass Wall Panel 2-1/4"" Muntin at 87"" AFF Special: * Size (50"" Wide)x (130"" Ceiling Height) * Transom to be Open, NO GLASS * With Filler Package to finish Glass Groove Eng Quote AW024047 Eng Quote Product ID AW00084269 STEELCASE, 10, EA; LI 022: GSAINSTALL - Installation Charges Privacy Wall STEELCASE, 1, EA; LI 023: GSAINSTALL - Installation Charges Workstations and Chairs STEELCASE, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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 Offerers 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. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers 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 Offerers 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. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. 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 standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf ""52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price."" No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an ?all-or-nothing? basis. 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/ . If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. Wide Area WorkFlow Payment Instructions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582. In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED***** Representation and Representation Disclosures The form(s) included in the buy must be returned with your quote. Failure to return the form(s) with your quote will result in your quote not being considered for award. Reporting During Contract Performance Equal Opportunity
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0eed4774891144d08627968eb31d4169/view)
 
Place of Performance
Address: Ft Bragg, NC 28310, USA
Zip Code: 28310
Country: USA
 
Record
SN05913792-F 20210212/210210230117 (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.