Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2005 FBO #1321
SOLICITATION NOTICE

71 -- Cabinet

Notice Date
7/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6 4600 Sangamore Road, Bethesda, MD, 20816-5003
 
ZIP Code
20816-5003
 
Solicitation Number
HM157605T0013
 
Response Due
7/19/2005
 
Description
Combined Synopsis/Solicitation for thirty of assorted height restricted cabinets not to exceed 80 inches in height to allow for sprinkler access in the event of a fire. To be used by NGA levied by Building Security This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Federal Acquisition Regulation (FAR) Part 13 applies. The applicable Request for Quotation (RFQ) mummer is HM157605T0013. The North American Classification System (NACS) is 333415 with size standard of 500 employees. This RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-04 and DFARS change Notice 20050606. NGA has a requirement for CLIN 0001,6 each Dedicate CD Systems not to exceed 80 inches high, Russ Bassett Corp. Part Number (P/N) GCD80-39 or equal, CLIN 0002, 2 each Russ Bassett, Corp. or equal DC-60-X Cabinet not to exceed 80 inches in height, CLIN 0003,16 each Russ Bassett DD- Lt 3 Slot Lap Storage Module or equal. All items shall be for Inside delivery and Installation. The primary purpose is referenced to a requirement levied by building security that states that all cabinets shall have a height restriction not to exceed 80 inches so as to allow for sprinkler access in the event of fire. The contractor shall address their commercial warranty provisions including duration and limitations of warranty, provisions for extend warranty, and procedures for return of items to the offeror for canceled damage(s)and repair or replacement. DELIVERY SHALL BE TO FOB Destination, NGA/WASHINGTON NAVY YARD, Building 213,and 1200 First Street, SE, Washington, D.C. 20505-0001, Attention MS N-006. Offorors shall summit, as part of their offer, all descriptive material illustrations, and drawings, clear description of product, technical and/or other information for the contracting activity to determine whether the products meet the Governments minimum requirements listed above. The quote should be valid for period of 60 days. Provided in this synopsis are BRAND NANE or EQUAL. The use of BRAND NAME does not imply the Government has a preference for these specific item(s). The Government will award a Firm Fixed Price order to the responsible offeror whose quote is determined to be technically acceptable at the lowest price and conform to all other requirements of the RFQ. Offerors must be registered with Central Contractor Registration and determined to be responsible in accordance with FAR9.104-1. Technical acceptability shall be based on the item?s capability to meet all of characteristics described above and on proposed warranty provisions. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 will be considered non-compliant. Beginning January 1, 2005, the FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal Solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR representations and certifications previously found in solicitations. FAR and DFAR provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005), 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Apr 2005). The following clauses incorporated in 52,212-5 are also applicable: 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), 52.221-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun1998),52.222-37 Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Cretin Foreign Purchases (Mar 2005), 52.232-33 Payment by Electronic Funds Transfer- Central contractor Registration(Oct 2003)-absences of registration in Central Contractor Registration (htt://www.ccr.gov), will make an offeror ineligible for award. The following Defense Federal Acquisition Regulation (DFARS) provision and clauses apply to this solicitation: 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order applicable to Defense Acquisition of Commercial Items (Jan 2005), - the following clauses incorporated in 252.212-7001 are also applicable: 252-7001 Buy American Act and Balance of Payment Program (Apr 2003), 252.232-7003, Electronic Submission of Payment Request (Jan 2004),252.247-7023 Transportation of Supplies by Sea, Alt III (May 2002), 252.247-7024 Notification of Transportation of Supplied by Sea (Mar 2000). Offerors shall include a legible copy of any applicable terms and conditions and warranty information described herein with their offer to be considered responsive. All quotes shall be submitted electronically to Edward Smith of NGA at smithe@nga.mil not later then 3:00PM EST, 18 July, 2005. Facsimile offers are acceptable at 301 227 5759 but not preferred. All quotes shall be clearly marked with RFQ HM157605T0013, and shall include complete contact information for the offeror. Offerors are hereby notified that if quote is not received by the date/time and location specified in this announcement, it will not be considered.
 
Place of Performance
Address: NGA/Navy Yard, Building 213 MS N-006, 1200 First Street, S.E., Washington, D.C.
Zip Code: 20505-0001
Country: USA
 
Record
SN00843289-W 20050709/050707212552 (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.