Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2021 SAM #7224
SOLICITATION NOTICE

72 -- 72--MATTRESS, WOOD FURNITURE, OFFICE CHAIRS

Notice Date
9/9/2021 3:30:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337910 — Mattress Manufacturing
 
Contracting Office
NAVSUP FLT LOG CTR PEARL HARBOR PEARL HARBOR HI 96860-4549 USA
 
ZIP Code
96860-4549
 
Solicitation Number
N0060421Q4092
 
Response Due
9/17/2021 2:00:00 PM
 
Archive Date
03/16/2022
 
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)
 
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 N0060421Q4092 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 2021-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 337910 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit quotes. 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: 2021-09-17 17:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be JB Pearl Harbor Hickam, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name or Equal, to the following: LI 001: Brand Name or Equal: Mattress, American Bedding MFG Inc. Brand, MFR Part Number INNSBRUCK33XL. Twin Extra Long, Smooth-top Non-Flip Mattress with Minimum 544 Non-Allergenic Fabric Encased Pocketed High Profile Coils. Length 80 inches, Width 38 inches, Height (bottom to top) 12 inches. Color: White Comfort type: Firm. Cover: Cooling Knit Fabric with Stretch Comfort. Edge Support: Completely Surrounding Foam Encasement. Bottom Side Coil Support: 1-inch Energy Support Foam. Top Upholstery: Dual Layers of 1-inch Foam and 1/2-inch of Air Comfort Memory Gel Foam. Smooth Top Quilt Contains Three Layers: Layer 1 is a 1.2oz. Fire Resistant Fiber. Layer 2 is a 1.25-Inch High Performance Premium Super Soft Air Comfort Foam. Layer 3 is a 1-inch High Performance Cooling Quilt Foam. CertiPur: US Certified. Warranty: Minimum 10year Full Warranty for Materials and Workmanship. Fire Standards: Meets 16 CFR 1632 and 16 CFR 1633 Flammability Standards set forth by the Consumer Products Safety Commission (CPSC). See Attachment 1., 90, EA; LI 002: Brand Name or Equal: Bedframe, Savoy Brand, MFR Part Number N-G-PPL-8430-2DWR with PAD (2). Captain Style Bedframe (Compatible with a Twin Extra Long Bed Mattress) with 2 storage drawers under the bed. Color: Oak. Length 83 inches, Width 39 inches, Height 30 inches. Construction: Panel Headboard/Footboard/2 Drawer Unit, 3/4-inch Plywood Mattress Platform Deck, Woodside Rails, Casters on Drawers, Internally Banded Solid Oak Bullnose Edges, Oak Veneer Core Plywood Construction. Drawers are side by side and together run the entire length of the bedframe from headboard to footboard. Each drawer comes with its own padlock eye and scuff plate to properly lock and secure items inside. For Construction see above. Length 81 inches, Width 21 inches, Height 12 inches. See Attachment 1., 3, EA; LI 003: Brand Name or Equal: Headboard, Savoy Brand, MFR Part Number BCHB-4029. Bookcase Headboard with 2-shelf platforms and an access hole located on the headboard for wires and plugs etc. (Compatible with a Twin Bedframe). Color: Oak. Width 51 inches, Height 44 inches, Depth 9 inches. Construction : Oak Veneer Core Plywood. See Attachment 1., 3, EA; LI 004: Brand Name or Equal: Wardrobe, Savoy Brand, MFR Part Number N-SW-2424-78-2 with Pad. Single door wardrobe with tow bottom drawers, interior shelf and clothes rod 24 inches wide, 78 inches height. Color: Oak. Width 24 inches, Height 78 inches, Depth 24 inches. Construction : Oak Veneer Core Plywood. See Attachment 1., 10, EA; LI 005: Brand Name or Equal: Nightstand, Savoy Brand, MFR Part Number N-BCD-2020. Nightstand with top drawer and open compartment below. Color: Oak. Width 22 inches, Height 24 inches, Depth 20 inches. Construction : Oak Veneer Core Plywood. See Attachment 1., 2, EA; LI 006: Chair Type: Guest chair with arms and casters, black finish steel frame, black poly mesh back with black fabric upholstered seat. Stackable four high. Black fabric is stain and soil resistant. SIZE: approximately, overall outside dimensions 22.25 inches Wide X 24 inches Depth X 36 inches High. See Attachment 2., 28, EA; LI 007: CHAIR TYPE: Task chair, black mesh back, standard black upholstered fabric seat, simple synchro tilt, locks in the upright position, tilt tension adjustment, height adjustable arms. Pneumatic cylinder seat height adjustment. Black trim. 5-wheel base, hard floor casters. Warranted to 300 lbs. user weight. SIZE: approximately, overall outside dimensions 26 inches Width x 26 inches Depth x 37.5-42.5 inches Height. See Attachment 2., 24, EA; LI 008: Carton Fee for OCONUS Shipment, 1, EA; LI 009: Freight to Pearl Harbor, HI 96860, 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, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor 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 quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. Equipment Condition: New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award. Offer period: Bid MUST be good for 30 calendar days after close of Buy. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. Brand Name or Equal Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements System for Award Management Reporting Executive Compensation and First-Tier Subcontract Awards SAM Maintenance Commercial and Government Entity Code Reporting Commercial and Government Entity Code Maintenance Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Prohibition on Contracting with Inverted Domestic Corporations Instructions to Offerors -- Commercial Items Offeror Representations and Certifications -- Commercial Items Contract Terms and Conditions--Commercial Items Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) Post Award Small Business Program Rerepresentation Convict Labor Child Labor--Cooperation with Authorities and Remedies (DEVIATON 2020-O0019) Prohibition of Segregated Facilities Equal Opportunity Equal Opportunity for Workers With Disabilities Combating Trafficking in Persons Encouraging Contractor Policies to Ban Text Messaging while Driving Restriction on Certain Foreign Purchases Payment by Electronic Funds Transfer - SAM Unenforceability of Unauthorized Obligations Providing Accelerated Payments to Small Business Subcontractors Protests after Award Applicable Law for Breach of Contract Claim FOB Destination Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Authorized Deviations in Provisions Authorized Deviations in Clauses Requirements Relating to Compensation of Former DOD Officials Requirement to Inform Employees of Whistleblower Rights Representation Relating to Compensation of Former DoD Officials Control of Government Personnel Work Product Disclosure of Information to Litigation Support Contractors Covered Defense Telecommunications Equipment or Services--Representation Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Item Unique Identification and Valuation Prohibition of Hexavalent Chromium Buy American Act & Balance of Payments Program Preference for Certain Domestic Commodities Export- Controlled Items Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) Representation Regarding Persons that have Business Operations with the Maduro Regime (DEVIATION 2020-O0005) Electronic Submission of Payment Requests and Receiving Reports Wide Area Workflow Payment Instructions Levies on Contract Payments Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites--Representation (DEVIATION 2021-O0003) Subcontracts for Commercial Items Transportation of Supplies by Sea Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c8dd4ce0a27449c883f0aa9de250449f/view)
 
Place of Performance
Address: , JB Pearl Harbor Hickam, HI 96860-4101, USA
Zip Code: 96860-4101
Country: USA
 
Record
SN06128026-F 20210911/210910201838 (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.