Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2007 FBO #1945
MODIFICATION

R -- Comprehensive Furniture Management Services

Notice Date
3/23/2007
 
Notice Type
Modification
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Securities and Exchange Commission, Procurement and Contracts Branch, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, VA, 22312-2413, UNITED STATES
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-07-R-0111
 
Response Due
4/9/2007
 
Archive Date
4/24/2007
 
Point of Contact
Debbie Miller, Contract Support, Phone 202.551.8254, Fax 703.914.9226, - Paula Davis, Contract Specialist, Phone 202.551.7310, Fax 703.914.9226,
 
E-Mail Address
millerd@sec.gov, davisp@sec.gov
 
Description
Based on received questions and answers, RFP SECHQ1-07-R-0111 has been restated as follows: SECTION B – SUPPLIES/SERVICES AND PRICES: Section B has been revised to indicate changes in CLINs 0008, 0009, 0012, 0013, 0016 and 0017. Please request the revised Section B via e-mail to millerd@sec.gov. SECTION C – DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: Section C, Paragraph C.2.9 has been changed to read: “The CDC is seeking a LEED-CI Silver Rating and the items identified in the Attachment (1) Product Data Catalog, to the extent available, have been identified as meeting LEED requirements, therefore the contractor shall ensure that the exact item (make, model, etc.) is purchased. Any exceptions or substitutions shall be submitted per the instructions contained in paragraph C.2.3. The criteria specified below and in Attachment (2) Section 018113 – Sustainable Design Requirements is provided for your information:” SECTION H – SPECIAL CONTRACT REQUIREMENTS Verbiage has been added to Section H as follows: H.15 Wage Rates by Location Prevailing wage rates will be incorporated by individual task order. SECTION I – CONTRACT CLAUSES The following clause has been invoked by checking with an “X”: _X_ (1) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005)(41 U.S.C. 351, et seq.). ld not be able to accept a price for these line items after contract award. Question 10: We cannot identify any specifications for these items (Commission wide program Items 0006 through 0017) within the document we have received. What is the SEC looking for in a response? Even though “teaming” is an acceptable process with a wide variety of manufacturers, not every manufacturer is willing to participate or offer appropriate credit terms to facilitate a program. Response: As stated in Section C.3, requirements for the Commision wide program will be defined in individual task orders. Each task order will define the type of furniture desired (e.g. desks, chairs, fax machines, copiers) the quantity, destination office, etc. The task order will also provide the funding to the contractor to purchase the desired items. The SEC anticipates that the contractor will then seek quotes from a variety of manufacturers and award a purchase order, including full funding, to the one meeting the criteria under the most favorable terms (description, price, delivery). Question 11: The list under CLINS 0008, 0012, 0016 for delivery and installation will vary by each location depending on the labor market. In addition, these prices vary due to loading dock and elevator issues, permits, security, and time of day or weekend work. To provide hourly rates in each market is possible but will take some time to get that documentation and then will have to presented market-by-market. Response: The SEC has revised Section B, CLINS 0008, 0009, 0012, 0013, 0016, and 0017 to request pricing per each office location and has been marked TBD (to be determined) so the contractor can obtain a realistic quote under individually issued task orders. Question 12: The same issue for Storage as was noted previously for Washington, DC but again, each market will be different as noted above. How should we proceed? Response: See response to question 11 above. Question 13: Can an offer be made for one of the two programs or must a bidder respond to both parts? Response: The SEC issued amendment 03, posted to FEDBIZOps on March 15, 2007, which allows offerors the opportunity to quote on either one or the other program or both, if desired. Question 14: What is the method for award? How will the offers be evaluated? We note that invoicing for services on the CDC portion cannot occur to after September 10 whereas the installation is to be complete by August 17. Why the delay? Response: Please see section M of the solicitation for the method of award and evaluation criteria. The only item where invoices cannot be submitted for payment until after the entire project is completed is CLIN 0002, the administration fee. Invoices for all other CLINS can be submitted as the project progresses. Question 15: How do we provide evidence of paid invoices when many of the items listed for the CDC will be paid by credit card? Are those receipts acceptable? What required documentation for invoices paid by check? Copies of cancelled checks with bank processes of today can be an administrative nightmare – but a copy check that has been issued is very feasible. Response: Yes receipts for credit card purchases are acceptable. Copies of cancelled checks are not required. An invoice from the manufacturer stating that it has been paid in full is acceptable evidence. Question 16: We suggest that a pre-bid meeting for all bidders be held so all are working with the same criteria. Response: A proposal conference has been scheduled for Wednesday, March 28, 2007 at 1:00 p.m. at the SEC’s Headquarters Office (Station Place), 101 F Street N.E., Washington, D.C. 20549. The conference will be held in room #3000, 3rd floor. Interested bidders wishing to participate in the conference should call or e-mail the point of contact, Debbie Miller (202) 551-8254/millerd@sec.gov. Question 17: We formally request a delay in the due date and that 10 working days after all amendments are issued be allowed for preparing a response. Response: The SEC has provided a valid, clearly written Request for Proposal for this effort. However, we have received substantial questions that we would like to be addressed in the proposal response. The SEC will extend the due date for this RFP to NLT 4:30 p.m. EST, Monday, April 9, 2007. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/SEC/OAPM/PCB/SECHQ1-07-R-0111/listing.html)
 
Place of Performance
Address: U. S. Securities and Exchange Commission Attn: SEC Child Development Center Station Place One 100 F Street, N.E. Washington, D.C. 20549 Additional Locations: SEC Regional Offices to be identified per each task order.
Zip Code: 20549
Country: UNITED STATES
 
Record
SN01258619-F 20070325/070323225824 (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.