Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2003 FBO #0608
SOLICITATION NOTICE

71 -- Various office furniture items.

Notice Date
7/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
TACOM - Anniston, Directorate of Contracting, ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue, Anniston, AL 36201-4199
 
ZIP Code
36201-4199
 
Solicitation Number
DAAE24-03-Q-0132
 
Response Due
8/11/2003
 
Archive Date
10/10/2003
 
Point of Contact
Linda Carlston, 256 235-4141
 
E-Mail Address
TACOM - Anniston, Directorate of Contracting
(carlstonl@anad.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes th e only solicitation; quotations are being requested and a written solicitation will not be issued. The combined Synopsis/Request for Quotation (RFQ) number is DAAE24-03-Q-0132. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 dated July 24, 2003. This procurement is UNRESTRICTED. The North American Industry Classification System (NAICS) Code is 423210 with a size standard of 100 employees. ITEM 1: Exec Swivel chair, gas lift, mahogany finish, high back, Brittany House (BH) OFBH826GLSTM01, Qty 1 EA; ITEM 2: Boss drafting chair, adj arms. Gas lift, indiv seat angle and back angle adjustments, pneumatic seat height adj, 20-in diameter foot ring, Value Series OFVSB016 18BLA, Qty 10 EA; ITEM 3: Chair, occas, grade 2 fabric, Fairfield OF20630110964, Qty 2; ITEM 4: Chair, low back swivel tilt, gas lift, tension control and lock, leather, steel construction, rated 350 lbs., meets code CAL117, ltd lifetime warranty, C hair Works (CW) OF9175GL606, Qty 50 EA; ITEM 5: Chair, guest, leather, steel construction, rated 350 lbs., meets code CAL117, ltd lifetime wty, CW OF9575P606, Qty 96 EA; ITEM 6: Chair, guest, mahogany finish, BH #511-B, Qty 6 EA; ITEM 7: Mobile A-V cabinet, mahogany, adj leveling glides, High Point-Wyndham (HP-W) #HM65AV, Qty 1 EA; ITEM 8: Adj keyboard tray, Anderson-Hickey (AH), OFKAKL21S, Qty 50 EA; ITEM 9: Desk, right ped, grap/mahg top, thermo-fused laminate, wire mgmt, metal, heavy du ty cradle suspension, metal and heavy duty for use in maintenance area, AH #OFSGD3066011910, Qty 50 EA; ITEM 10: Left return for desk, thermo-fused laminate, wire mgmt, heavy duty cradle suspension, three-quarter locking peds, metal, heavy duty, AH OFSG RL244211910, Qty 50 EA; ITEM 11: Bookcase 68” H, thermo-fused laminate, wire mgmt, metal, heavy duty cradle suspension, must be metal and heavy duty, AH OF1268, Qty 50 EA; ITEM 12: 50” loveseat, mahogany/pine microfiber, Fairfield OF189755L O964 Qty 1 EA; ITEM 13: Center drawer for desk, metal, AH OF260141910 Qty 50 EA; ITEM 14: 4-dr lat file, mahogany, 21x36x54, high quality metal ball bearing drawer slides, solid wood accent moldings, wood veneer edge top, Wood Classics (WC) OF6117 Q ty 1 EA; ITEM 15: 2-dr lat file, mahogany, 19x32x30, high quality metal ball bearing drawer slides, solid wood accent moldings, wood veneer edge top, WC OF6151 Qty 1 EA; ITEM 16: Locking hutch, 14 5-8x66x36, metal, CW OF66DL1910 Qty 50 EA; ITEM 17 : Conf table 72x36x29, high durability banding, HP-W TRMT72 Qty 1 EA; ITEM 18: 4-dr lat file, 32x21x56, high gloss mahogany, thermally fused laminate vert surfaces, traditionally shaped hardwood edges, HP-W WYM426 Qty 1 EA; ITEM 19: dbl ped exec des k, 72x36x29, high gloss mahogany, vert surfaces and tops with traditionally shaped edges, high pressure laminate top with hardwood edges, HP-W WYM719 Qty 1 EA; ITEM 20: Hutch, 72x24x29, high gloss mah, vert surfaces and tops with trad shaped edges, imp act resistant, HP-W WYM737 Qty 1 EA; ITEM 21: CPU credenza, 72x24x29, high gloss mah, vert surfaces and tops with trad shaped edges, high pressure laminate top with hardwood edges, HP-W WYM745DK Qty 1 EA; ITEM 22: Center drawer, 32 3-4x18x3 for ITEM 19, BH WY32 Qty 1 EA. EQUALS ARE ACCEPTABLE. FOR ANY EQUALS QUOTED, OFFER MUST INCLUDE PRODUCT INFORMATION AND SPECIFICATIONS. Delivery and Installation at Building 130, Anniston Army Depot, Anniston, AL, is required no later than 30 CALENDAR DAYS a fter date of award. Quote FOB DEST; pricing must include delivery and installation. EVALUATION: Award will be made to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, considering price and price related factors, including delivery. Delivery is slightly more important than price. PACKAGING In accordance with ASTM Designation D 3951-90, Stan dard Practice for Commercial Packaging, material covered by this contract will be acceptable with supplier's off-the-shelf or over-the-counter packaging providing cleanliness, preservation, cushioning, and the exterior (shipping) containers shall contain a packing list or other documentation setting forth contents and shall be addressed as specified in the Ship-To portion of this order. Shipping Containers shall comply with the regulations of the carrier used and shall provide safe delivery to the destinat ion. MARKING. Unless otherwise specified, exterior packs shall, as a minimum, be marked as follows by any means that provides legibility and durability: a. National Stock Number (NSN) or Part Number. b. Noun. c. Quantity and unit of issue. d. Cont ract number. THIS IS A COMMERCIAL ACQUISITION. FAR 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. AD DENDUM TO FAR 52.212-4 (o), Warranty, is changed in its entirety to read as follows: The Contractor agrees that the supplies or services furnished under this contract shall be covered by the most favorable commercial warranties the Contractor gives to any customer for such supplies or services and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the Government by any other clause of this contract. The clause at FAR 52.212-5, Contract Terms and Conditio ns Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition, to include clauses FAR 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.223-9, 52.225-13, 52. 232-33, and 52.232-36. Other applicable FAR clauses: 52.204-6, 52.222-1, 52.222-18. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies, in cluding FAR 52.203-3, DFARS 252.225-7001, 252.225-7012, 252.225-7014, 252.225-7016, 252.232.7003, 252.243-7002, 252.247-7023, 252.247-7024. Other applicable DFARS clauses: 252.225-7000, 252.225-7002. This item is not a Recovered Materials Content Item as identified by Environmental Protection Agency guidelines. SIGNATURE AUTHORITY Offerors MUST PROVIDE EVIDENCE, as at attchment to the Offer, that the individual signing this offer must have authority to bind the offeror to a contract. FAR 4.102(a) th rough (e) require that the contracting officer have specific evidence of the signer's authority to bind the offeror. This evidence of authority is a condition that must be met before the contracting officer can execute any contract resulting from this sol icitation. AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, 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 General Accounting Office or other external forum. Co ntract 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 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: HQ Army Materiel Command, Office of C ommand Counsel, ATTN: AMCCC-PL, 5001 Eisenhower Ave, Alexandria, VA 22333-0001, Facsimile number (703) 617-4999/5680, Voice Number (703) 617-8176. The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/command_counsel/ protest/prot est.html . If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. This order is rated DO under the Defense Priorities and Allocations System (DPAS), program code C9E. OFFERS ARE DUE n o later than 08:00 AM local time, 11 AUG 03, to fax (256) 235-4618 or Email to acqnet@anad.army.mil. Offerors MUST INCLUDE with offer a completed copy of FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items, AND a completed c opy of DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. ELECTRONIC SUBMISSION OF OFFERS. All responses to this solicitation must be submitted in digitized format. Paper copy responses will not be accepted. You may submit your response to Anniston Army Depot (ANAD) using email (only to acqnet@anad.army.mil) or fax your offer to our fax modem at telephone number 256 235-4618. Offers submitted using any other means will not be accepted. If format is other than Microsoft Wo rd, Microsoft Excel, Microsoft Access, Microsoft PowerPoint, or Portable Document Format (PDF), a reader must be provided. Offeror must insure its offer, in its entirety, reaches the Directorate of Contracting, Anniston Army Depot, before the time set for opening or closing of the solicitation. Any clauses or provisions of this solicitation which mention writing, returning, or submission of offer will mean electronic submission as stated in the paragraph above. Electronic offers must identify the solicita tion and the opening/closing date, and include, as a minimum, the following: a. The Offer filled out and signed. b. All applicable fill-in provisions from the solicitation must be completed. c. Any other information required by the solicitation. Latene ss rules are outlined in the solicitation. If you choose to password-protect access to your offer, you must provide the password to ANAD before the opening or closing date. Contact the buyer identified on the cover page of this solicitation to arrange a means of providing the password. Passwords used only for the purpose of write protecting files need not be provided. Offerors shall make every effort to ensure that their offer is virus-free. Offers (or portions thereof) submitted which DO reflect the p resence of a virus, or which are otherwise rendered unreadable by damage in either physical or electronic transit, shall be treated as unreadable. See Federal Acquisition Regulation 14.406 or 15.207(c) for a description of the steps the Government shall t ake with regard to unreadable offers. Any bid bond required by this solicitation must be submitted with offer in the above mentioned electronic format. Also, the properly completed original bid bond must be furnished to the Directorate of Contracting, Ann iston Army Depot, 7 Frankford Ave, Anniston, AL 36201-4199, prior to the opening or closing of the solicitation. DISCLOSURE OF UNIT PRICE INFORMATION: This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedure s for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We cons ider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals. Requests for general information concerning this solicitation should be made to Linda Carlston, Contrac t Specialist, (256) 235-4141, or email: carlstonl@anad.army.mil . FAR and DFARS Clauses can be obtained at the following website. http://farsite.hill.af.mil /VFFAR1.HTM
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAE24/DAAE24-03-Q-0132/listing.html)
 
Place of Performance
Address: TACOM - Anniston, Directorate of Contracting ATTN: AMSTA-AN-CT, Building 221, 7 Frankford Avenue Anniston AL
Zip Code: 36201-4199
Country: US
 
Record
SN00385340-F 20030730/030728223548 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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