Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 25, 2021 SAM #7207
SOLICITATION NOTICE

71 -- Removal and Installation of Office Furniture

Notice Date
8/23/2021 3:46:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
U S NAVAL HOSPITAL GUAM FPO AP 96538-1600 USA
 
ZIP Code
96538-1600
 
Solicitation Number
N6809621Q0817
 
Response Due
8/26/2021 10:00:00 PM
 
Archive Date
08/28/2021
 
Point of Contact
John J Camacho, Phone: 6713449014, Regel A. Agahan, Phone: 6713447073
 
E-Mail Address
john.j.camacho5.civ@mail.mil, regel.a.agahan.civ@mail.mil
(john.j.camacho5.civ@mail.mil, regel.a.agahan.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. Solicitation N6809621Q0817-- is being issued as a Request for Quotation (RFQ).� The solicitation document and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circulation 2021-07. This procurement is set-aside to small businesses only. The North American Industry Classification System (NAICS) code is 337214 � Office Furniture (except wood) Manufacturing. Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, in order to be considered for award. The U.S. Naval Hospital Guam has a requirement for the purchase and installation of office furniture for the Uniform Business and Directorate Resource Management Department. Existing furniture shall be removed prior to installation and replaced. The contractor shall provide detailed specifications for all furniture items offered, a Project Work Plan and Schedule with their quotation, which outlines their plan for successful delivery, removal and installation. Responsible quoters shall provide pricing for the following Line Items: SUPPLIES/SERVICES 0001 -�Office Furniture for Uniform Business Office and Director Resource Management to include shipping and delivery. 0002 -�Removal, disposal, and Installation of office furniture. UNIFORM BUSINESS OFFICE: 5 EA L-Shaped Electric Adjustable Desks (4-5 ft. x 2-3 ft.) or 5 L-Shape Desks: 4-5 ft. x 2-3 ft. 1 EA DESK SHELL, STANDING-HEIGHT or sit-to-stand workstation (Customer Service) 10 EA MOBILE PEDESTAL, BOX/FILE 1 EA DESK SHELL, STANDING-HEIGHT or sit-to-stand workstation (Break Area/Coffee Station) 1 EA STACK-ON STORAGEW/LAMINATE DOORS (Break Area/Coffee Station) 6 EA Power Pro Electric Adjustable Standing Desk Converters 6 EA Black Mesh Back, Fabric Seat and Base 6 EA Chair Mats for thin Commercial-Grade Carpets FINANCIAL MANAGEMENT DEPARTMENT Workstation 1 1 EA desk: L-Shape Electric Adjustable Desks (30Dx60W) second desk 24D x 42W Work Station 2 1 EA desk: L-Shape Electric Adjustable Desks (24Dx60W) second desk 24D x 48W 1 EA MOBILE PEDESTAL, BOX/FILE 18x30x28 Delivery and Handling Contractor shall provide delivery and handling of furniture Removal, Disposal, and Installation Removal of existing furniture to include: 9 workstations with chairs. Installation, unpacking, disposal Site Visit:� A site visit maybe requested and scheduled if necessary. Offerors shall be responsible for access to base installation and shall not be reimbursed by the Government for any costs or travel expenses incurred related to the site visit. The deadline for the Site Visit is Wednesday, 25 August 2021, 03:00 PM. Interested vendors are responsible for scheduling prior to the deadline. �� DELIVERY DATE: 75 Days after date of Contract Award for completion. (Delivery of items and complete installation) PLACE OF PERFORMANCE: The items shall be shipped F.O.B. Destination to: U.S. NAVAL HOSPITAL COMMAND Building 50 Farenholt Road, Agana Heights, Guam 96910 FOB DESTINATION MEANS: The contractor shall pack and mark the return shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The items are for the US Naval Hospital Guam (hereinafter referred to as USNH Guam). The Main Operating Room Department at USNH Guam will inspect/accept the supplies delivered. The provision at FAR 52.204-24, Representation on Contracting Telecommunication and Video Surveillance Services or Equipment applies to this solicitation and is incorporated in full text on pages 5.� The contractor must complete the representation at subparagraph (c) of the provision as part of it offer/quotation. The clause at FAR 52.204-25, Prohibition on Contracting for certain Telecommunications and Video Surveillance Services or Equipment applies to this solicitation and is incorporated by reference. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition and is tailored as follows: Addendum to FAR 52.212-1: ((b)(6) A quotation/offer submitted in response to this combined synopsis/ solicitation must be ""Firm-fixed price."" EVALUATION CRITERIA AND BASIS FOR AWARD The provision at FAR 52.212-2, Evaluation--Commercial, applies to this acquisition and is tailored as follows: Addenda to FAR 52.212-2: (a) The government contemplates awarding a fixed price purchase order from this solicitation to the responsible offeror whose quotation/offer conforming to the solicitation is the lowest priced quotation/offer. Evaluation of Price will be based on the offeror's total price for all line items as delivered directly to US Naval Hospital Guam. The following factors will be used to evaluate quotations/offers: (i) Price (ii) Technical Acceptability (b) N/A (c)(Added) Basis of Award.� A written notice of award, a written purchase order, or acceptance of a quotation/offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quotation�s/offer�s specified expiration time, the Government may accept a quotation/offer (or part thereof), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award (i) Price. Initially quotations/offers will be ranked according to price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. An offeror's proposed total price will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for the line item to confirm the extended amount of each. The government will identify the offeror that proposed the lowest price and determine whether its price is reasonable. If the price is reasonable, the government will evaluate the lowest priced offer for technical acceptability and rate it either ""Acceptable"" or ""Unacceptable"" (ii) Technical Acceptability. To be rated technically acceptable, the offeror must meet the requirements of the solicitation, including, but not limited to, completion and timely submission of the following: A firm Fixed Price quotation - Price Factor, Offers will be evaluated to ensure reasonableness and completeness. The appropriate section(s) of FAR provision 52.212-3(c), 52.204-24(c) One of the following two technical acceptability ratings will be assigned to that offeror: RATING AND DESCRIPTION ACCEPTABLE Based on the submittal of the documents required per (ii) above, the offeror has met the requirements of the solicitation and the government has a reasonable expectation that the offeror understands the required effort. UNACCEPTABLE Based on not submitting the documents required in (ii) above, the offeror has not met the requirements of the solicitation and the government has no reasonable expectation that the offeror understands the required effort. The provision at FAR 52.212-3, ALT I, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision. See the ""full text"" version of this provision within this announcement on page 6. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. There are no addenda to this clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Clauses marked with a ""XX"" under 52.212-5 also apply to this notice. See the ""full text"" version of the clause within this announcement. To access all clauses referenced in this notice, visit https://www.acquisition.gov Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, to be considered for award. Offerors must be able to utilize the Wide-Area-Work-Flow (WAWF) electronic invoicing as a method of payment. You can access the WAWF at https://wawf.eb.mil . Follow the step-by-step procedures for self-registration. Please see attachments.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/70b72fc9d4df4c05980b1a9975c47d71/view)
 
Place of Performance
Address: Agana Heights, GU 96910, USA
Zip Code: 96910
Country: USA
 
Record
SN06107458-F 20210825/210823230124 (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.