Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2006 FBO #1720
MODIFICATION

71 -- Pews for Evergreen Chapel, Fort Lewis, WA

Notice Date
8/10/2006
 
Notice Type
Modification
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-06-Q-0021
 
Response Due
8/17/2006
 
Archive Date
10/16/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is an amendment to delete the references to Past Performance. The following was removed: from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions at http://www.lewis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). The Government may also obtain past performance information from other sources. The new conformed copy is as follows: This is a combined synopsis/solicitation for the purchase of commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicita tion. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-06-Q-0021 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect th rough Federal Acquisition Circular 2005-12 and DCN 20060808. This requirement is RESTRICTED with a NAICS Code of 337127 and a corresponding size standard of 500 employees. The description of the commercial item is Pews for Evergreen Chapel, Fort Lewis, W A, delivery and installation. Delivery and installation time shall be no later than December 22, 2006. A copy of the award document shall be distributed to to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. Acceptance will be at the destina tion. FOB point is destination. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quoteOnce the Contracting Officer has decided to whom an order will be issued, a unilateral or der will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is app licable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar cor responding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4132, Id entification of Contractors Employees  Fast Access Gate Program, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prio r notice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor voluntarily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employees  Fast Access Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excludin g federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holid ays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contracto r should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time fo r commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request th at the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing greater than 12'-5 inches clearance) will require a time stamped, searched, label to gain access to North Fort Lewis. Searched labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5 inches in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a searched label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Cha rlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the con tractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gat e (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes spec ifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contr actor is otherwise notified by the Contracting Officer. Local clause 52.111-4132 states: a. Each employee who requires access to Fort Lewis to perform work under any contract, at any tier, must obtain either a fast access identification badge or a visit ors pass to obtain access to Fort Lewis. A fast access identification badge will only be issued to an employee, at any tier, if the employee requires access to Fort Lewis more than twice per week. Contractor employees, at any tier, who require access to Fort Lewis twice per week or less often or who do not participate in the Fast Access Gate Program shall obtain a visitors pass at the Main (Liberty) Gate or the Logistics Center Gate (or the DuPont Gate when the Logistics Center Gate is closed). The vis itors pass will be issued for a maximum of 30 days at a time. A fast access identification badge will only be issued to contractor employees if the contractor participates in the Fast Access Gate Program. The Fast Access Gate Program is a voluntary prog ram. b. The contractor shall provide information as required by the Fast Access Gate Program contractor (FAGPC), to enable the FAGPC to conduct a criminal history background check (CHBC) on contractor employees who are to have access to Fort Lewis. The contractor is responsible for paying the FAGPC any set-up fee and the fee per employee for conducting the CHBC and issuing the fast access identification card. If the CHBC is not adverse, a fast access identification badge will be issued by the FAGPC to t he contractor employee. If the CHBC is adverse, the FAGPC is prohibited from issuing a fast access identification badge to the contractor employee. If a fast access identification badge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitors pass; however, if the contractor employee does not meet the criteria for being issued a fast access identification badge, the Government may, in its sole discretion, decide not to issue a visitors pass to the contractor employee. c. If an employee no longer needs an identification badge for any reason (e.g., quits his/her job or no longer performs work under the contract) , the contractor shall return the identification badge to the FAGPC within two (2) calendar days of such change. If the identification badge cannot be returned within the required time frame for any reason, the contractor shall immediately notify both the FAGPC and the Contracting Officer verbally, followed up in writing the next work day. An employees inability to obtain entrance to a Government installation because he/she does not have the required identification badge or visitors pass shall not excus e timely performance of the requirements of this contract. The FAGPC or the Government may change the location at which identification badges are issued or returned, with or without advance notice to the contractor. Any such changes shall not be a basis for adjusting the contract price under any clause of this contract. d. Fast access identification badges shall not be reproduced or copied by the contractor, its subcontractors, or their employees. If an employees identification badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both the FAGPC and the Contracting Officer on the day such loss, theft, or reproduction is discovered, followed by a written report of the circumstances to both the FAG PC and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. e. Each contractor employee shall wear the fast access identification badge while performing work under the contract. The identification bad ge shall be worn on the upper front of the outer garment unless precluded by OSHA regulation(s). The identification badge shall not be used for access to any Government installation except for performance of work under the contract for which it was issued . f. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to the FAGPC. The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.21 2-4(i)) until all identification badges have been accounted for. g. If the Fast Access Gate Program is terminated for any reason, the contractor will be notified by the Contracting Officer as to whether the fast access identification cards will remain va lid (and, if so, for how long) and which gate(s) may be used for access to the installation. Local clause 52.111-4004 states: In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contractin g Policy), the Contractor shall communicate with the Government utilizing electronic mail. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DF ARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Con tract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52 .222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter s hall provide the brand name product referenced in the solicitation. The following are the minimum salient characteristics. CLIN 0001: Pews, 15, 0 inches. Quantity 31 Each. Pews. Fully upholstered pew body. Exposed wood portions on seat, back and back of back shall be of solid oak - no veneers shall used. Continuous bookrack is required. Boomerang style pew end with sha ped edge. Standard, Grade A fabric patterns and colors. Seat - contoured, 17.5 inches deep with 3 inches of high density foam. Back  22 inches high with 1.25 inches foam. Metal frame padded kneelers included. 25 year Warranty. The Contractor shall d eliver and install. The Government will remove the old pews. FOB Destination 98433-9500. CLIN 0002: Pews, 14, 0 inches. Quantity 2 Each. Pews. Fully upholstered pew body. Exposed wood portions on seat, back and back of back shall be of solid oak - n o veneers shall used. Continuous bookrack is required. Boomerang style pew end with shaped edge. Standard, Grade A fabric patterns and colors. Seat - contoured, 17.5 inches deep with 3 inches of high density foam. Back  22 inches high with 1.25 inche s foam. Metal frame padded kneelers included. 25 year Warranty. The Contractor shall deliver and install. The Government will remove the old pews. FOB Destination 98433-9500. CLIN 0003: Pew, 7, 6 inches. Quantity 1 Each. Pews. Fully upholstered pe w body. Exposed wood portions on seat, back and back of back shall be of solid oak - no veneers shall used. Continuous bookrack is required. Boomerang style pew end with shaped edge. Standard, Grade A fabric patterns and colors. Seat - contoured, 17.5 inches deep with 3 inches of high density foam. Back  22 inches high with 1.25 inches foam. Metal frame padded kneelers included. 25 year Warranty. The Contractor shall deliver and install. The Government will remove the old pews. FOB Destination 98 433-9500. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in parag raph (b): 252.225.7001, 252.225-7012, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following intern et site: http://farsite.hill.af.mil or http://www.arnet.gov/far. Telephonic inquires will NOT be accepted. Quotes are due on August 17, 2006 at 12:00:00 P.M. Pacific Standard Time. Quotes must be sent electronically along with the completed representat ions and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Ms. Darlene Anderson, darlene.anderson@us.army.mil. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc. Federal Business Opportunities. No numbered notes a pply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01111743-W 20060812/060810221412 (fbodaily.com)
 
Source
FedBizOpps 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.