SOLICITATION NOTICE
71 -- OST Furniture Pantex
- Notice Date
- 5/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of Energy, Federal Locations, All DOE Federal Contracting Offices, PO Box 5400 Albuquerque, NM
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ52-08NA28707
- Response Due
- 5/30/2008
- Point of Contact
- Eusebio M Espinosa, Contracting Officer, 505-845-5809,eespinosa@doeal.gov;James P Cochran, Contract Specialist, 505-845-6069,
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial itemsprepared inaccordance with the format in FAR Subpart 12.6, as supplemented withadditionalinformation included in this notice. This announcement constitutes the onlysolicitation; quotes and a proposal are being requested and a writtensolicitation will not be issued. This synopsis/solicitation is set asideforsmall businesses under the NAICS Code of 442110 and the size standard is$6.5M.Solicitation Number DE-RQ52-08NA28707 is issued as a Request for Quote(RFQ).The solicitation document and incorporated provisions and clauses are thoseineffect through Federal Acquisition Circular 2005-25 effective 22 April2008.The Government intends to award a Firm Fixed Price Contract for the design,delivery and installation services of office furniture and other items fordelivery and installation into Building 16-34 located at the PantexFacility inAmarillo, TX. This solicitation consists of three Contract Line ItemNumbers(CLIN) with associated sub-CLINs. Please refer to the attached BidSchedule(Attachment 1) when submitting your Quote.CLIN 0001- Design Services - Non-Personal Services: The contractor shallprovide all necessary services, materials, and labor to propose a designlayoutof each office/room contained in CLIN 0002. The contractor shall proposetheroom design using Attachments 2 and 3. The contractor shall propose anergonomically adjustable chair and regular office chairs to meet the officeseating requirements.CLIN 0002 - The contractor shall provide a description, quantity, andpricefor each furniture item by sub-CLIN per the design services. Thecontractorshall describe in sufficient detail each type and style of furnitureproposedusing the Bid schedule at Attachment 1. The contractor shall specify tothegovernment the proposed item or items per each sub-CLIN for incorporationintothe contract.CLIN 0003 - Installation Services Non-Personal Services: Thecontractor, inaccordance with Pantex Division 1 Master Specifications (Attachment 5),shallprovide all labor, storage, and delivery/waste removal services associatedwiththe installation of all items contained in the Schedule. The contractorshallprovide individual cost for labor, storage, and delivery/waste removal. Thecontractor shall submit quote for Installation services using the attachedBidSchedule at Attachment 1.In accordance with FAR Clause 52-212-1, the following is required to besubmitted with the quoted prices of the CLINs above:1. The contractor shall provide a design layout of each office with theproposed office furniture for evaluation.2. The Bid Schedule (Attachment 1) shall be used in providing pricing foreachsub-CLIN.3. The contractor should be aware of the requirements to maintain a safeworkenvironment (attachment 4) and of the Pantex Division 1 MasterSpecifications(Attachment 5).4. The desired delivery and installation date for of all items in CLIN 0002is45 days after contract award.Offerors are reminded that there are five attachments to this solicitation.Any technical literature must be submitted for products offered for theGovernment to perform a technical evaluation. No further request will bemadeto obtain required literature. Failure to submit technical literature (ifrequired) may result in your offer being eliminated from awardconsideration.In accordance with the FAR 13.106-1(a)(2) offerors are notified that awardwillbe made on the basis of Technical capability, price and other factors.Offerorwill be evaluated in accordance with FAR 13.106-2. Award will be maderelativeto best overall value. Best value may include, but is not limited to:technical capability, quality, probable life, warranty, maintainability,pastperformance, and price. Offers must meet all minimum specifications, butoffers which exceed minimums may be rated more favorably. The Governmentwillnot, however, pay an unreasonable amount for additional technicalcapabilityand will compare any additional capability to any additional price. SincetheGovernment is interested in obtaining the best overall value, award may notgoto the lowest overall price if any factors considered justify a higherprice.Notwithstanding that technical capability is more important than price,shouldall offers appear equal, price will become the determining factor in theawarddecision.Solicitation responses must contain offerors prompt payment discount terms(ifany), proposed delivery date, and warranty terms.The following provisions and clauses apply to this procurement:FAR 52.204-7, Central Contractor Registration;FAR 52.212-1, Instructions to Offerors-Commercial Items;FAR 52.212-3, Offeror Representations and Certifications-Commercial Items.Acompleted copy of this clause must accompany your solicitation responseunlessa current copy resides online at https://orca.bpn.gov/.FAR 52.212-4, Contract Terms and Conditions-Commercial Items;FAR 52.212-5, Contract Terms and Conditions Required to Implement StatutesorExecutive Orders-Commercial Items [in paragraphs (b) and (c) the followingclauses apply: 52.203-3, 52.219-6; 52.219-14; 52.222-3; 52.222-19;52.222-21;52.222-22: 52.222-25; 52.222-26; 52.222-35; 52.222-36; 52.222-37;52.222-39;52.225-13; 52.232-33; 52.247-64; and addendum 52.225-5; 52.225-6: and52.247-34.FAR 52.252-1, Solicitation Provisions Incorporated by Referencehttp://farsite.hill.af.mil/];FAR 52.252-2, Clauses Incorporated by Referencehttp://farsite.hill.af.mil/];LOCAL I001 Important Invoicing Information (JUL 2007) - InvoicingInstructions- 1. The following instructions are provided for submission of vouchersrequesting reimbursement. The submission of vouchers electronically willreduce correspondence and other causes for delay to a minimum and willfacilitate prompt payment to the Contractor. a. Vendors shall submitvoucherselectronically through the Oak Ridge Financial Service Center's (ORFSC)VendorInquiry Payment Electronic Reporting System (VIPERS). VIPERS allowsvendors tocheck the payment status of any voucher submitted to the DOE. To obtainaccessto and use VIPERS, please visit the web page at<http://finweb.oro.doe.gov/vipers.htm>. Detailed instructions on how toenrolland use the system are provided on the web page. b. Each invoice shallincludethe following: I. Name and address of the Contractor; II. Invoice date andnumber; III. Contract number, contract line item number and, if applicable,theorder number; IV. Description, quantity, unit of measure, unit price andextended price of the items delivered; V. Shipping number and date ofshipment,including the bill of lading number and weight of shipment if shipped onGovernment bill of lading; VI. Terms of any discount from prompt paymentoffered; VII. Name and address of official to whom payment is to be sent;VIII.Name, title, and phone number of person to notify in event of defectiveinvoice; IX. Taxpayer Identification Number (TIN). The Contractor shallinclude its TIN on the invoice only if required elsewhere in this contract.X.Electronic funds transfer (EFT) banking information. c. The Contractorshallinclude EFT banking information on the invoice only if required elsewhereinthis contract. d. If EFT banking information is not required to be on theinvoice, in order for the invoice to be a proper invoice, the Contractorshallhave submitted correct EFT banking information in accordance with theapplicable solicitation provision, contract clause 52.232-33, Payment byElectronic Funds Transfer-Central Contractor Registration. e. EFT bankinginformation is not required if the Government waived the requirement to paybyEFT. 2. Invoices will be handled in accordance with the Prompt Payment Act(31U.S.C. 3903) and Office of Management and Budget (OMB) prompt paymentregulations at 5 CFR Part 1315.LOCAL L009 Offer Submission Via The Industry Interactive Procurement System(IIPS) (FEB 2005) - Submission of bids/quotes by means other than IIPS isnotauthorized. Offers must be received through the IIPS web site NO LATERTHAN3:00 pm MST on May 30, 2008. See FAR 52.214-7 "Late Submissions,Modifications, and Withdrawals of Bids," for treatment of late bids/quotes.Each offer is to be submitted according to the instructions in the IIPSUser'sGuide, which is available athttp://e-center.doe.gov/doebiz.nsf/Help?OpenForm.It is the responsibility of the Offeror, prior to the offer due date andtime,to verify successful transmission in accordance with the Proposal Response(Submission) instructions in the IIPS User's Guide.Funds are currently available for this contract. Quotes must be valid for45calendar days after solicitation closing. Questions, technical literature,warranty information, and other documents which can not be submitted viaIIPSmay be addressed to Jim Cochran, Contract Specialist, via email atjcochran@doeal.gov or by phone at (505) 845-6069. ADDITIONAL INFORMATION:Beadvised that all interested parties must be registered in the CentralContractor Registration (CCR) Database in order to receive an award. If youarenot registered you may request an application at (888) 227-2423 or throughtheCCR website at http://www.ccr.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f9b2cdf08b808dd9453063d3ff2a355&tab=core&_cview=1)
- Record
- SN01566955-W 20080507/080505220120-1f9b2cdf08b808dd9453063d3ff2a355 (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 |