SOLICITATION NOTICE
71 -- Haworth brand Furniture
- Notice Date
- 7/17/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Michigan, USPFO for Michigan, 3111 West Saint Joseph Street, Lansing, MI 48913-5102
- ZIP Code
- 48913-5102
- Solicitation Number
- W912JB-09-T-2038
- Response Due
- 7/31/2009
- Archive Date
- 9/29/2009
- Point of Contact
- Kim Pohl, 517-481-7842<br />
- E-Mail Address
-
USPFO for Michigan
(kim.pohl@ng.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912JB-09-T-2038, and is issued as a Request for Quotation. The RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-16 and Defense Acquisition Circular Number 91-10, 20070327 Edition. The solicitation is 100% set aside for SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES Haworth authorized dealers ONLY and award will be made based on Best Value to the Government considering requirements listed below. This solicitation is for Haworth furniture, delivery, and installation. Haworth furniture only no substitutions accepted. The Offices being relocated currently have Haworth furniture which will be utilized in the new configuration and what dictates the requirement for Haworth only furniture. The following requirements will apply to this solicitation: Contractor to provide an installation supervisor at the site at all times during installation to handle any issues and to ensure proper installation and protection of existing facility. Contractor to field measure to ensure proper placement of work centers for connection to data/electrical services. Contractor is responsible for all electrical and data connections from existing facility to the work centers. Contractor will protect facility and return facility to pre-installation condition at no cost to owner. Contractor will remove all waste and shipping items from premises. Contractor will notify owner of any issues during installation provide necessary oversight and support to resolve issue. Contractor will provide professional quality control for all installed products; resolve any issues to the satisfaction of the owner, at no cost to the owner. Contractor will schedule and coordinate with owner for access to the bulding, any work or delivery which will be during normal business hours, excluding holidays or weekends: 8 a.m. to 4 p.m. unless exception is approved by owner Contractor will be required to conduct final walk through with owner to verify condition and develop punch list items. Punch list items will be corrected within 14 days unless and exception is made with owner. Contractor to provide with proposal: Price breakdown and installation plan. Include estimated time to install furniture, quality control plan, plan to protect existing facility and Warranty service plan. The following FAR provisions and clauses apply to this solicitation: 52.204-7-Central Contractor Registration, 52.212-1-Instructions to Offerors-Commerical Items, 52.212-2 Evaluation Commercial Items (Evaluation factors being price and past performance with each being considered in the evaluation process) 52.212-3 Alt I-Offeror Representation and Certifications Commercial Items Alternate I; 52.212-4-Contract terms and Conditions-Commercial Items; 52.212-5 (DEV)-Contract Terms and Conditions required to implement statutes or executive orders-Commercial Items (Deviation); 52.219-6-Notice of Total Small Business Set-aside; 52.222-3-Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-36-Affirmative Action for workers with Disabilities;52.223-5 Pollution Prevention and Right to Know Information; 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-36-Payment by Third Party; 52.233-3-Protest After Award; 52.233-4-Applicable Law for Breach of Contract Claim; 52.247-34-F.O.B. Destination;52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2-Clauses Incorporated by Reference; 52.252-6-Authorized Deviations in Clauses. The following Defense Federal Acquisition Regulations Supplement (DFARS) clauses apply to this solicitation 252.204-7003-Control of Government Personnel work product; 252-204-7004-Alternate A; 252.212-7001 (Dev)-Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) ; 252-225-7000-Buy American Act-Balance of Payments Program Certificates; 252.225-7001-Buy American Act and Balance of Payments. Copy of Provisions and clauses are available on the internet at http://www.arnet.gov/far. Qualifying offers will meet the stated specifications and be accompanied by completed provisions 52.212-3 and 252.225-7001; be registered with the Central Contractor Registry (CCR) http://www.ccr.gov; be capable of receiving payment via Electronic Funds Transfer (EFT) or VISA Payment card. Please provide 3 references if you have not entered into a contract with this agency within the past year. Failure to provide this information can render your offer non-responsive and therefore not considered for award. The Government will award contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and offers the best value to the Government. Past performance, price and delivery are evaluating factors. Required information and completed offer may be faxed to 517-483-7847 or mailed to the USPFO for Michigan, Purchasing and Contracting, Kim Pohl, 3423 N MLK Blvd., Suite 219, Lansing MI 48906. Offer must be received not later than noon, local time, 31 July 2009. All responsible sources may submit an offer, which shall be considered by the agency. A walk thru is highly recommended and is scheduled for 28 July at 1:00 p.m. Contact Kim Pohl at kim.pohl@us.army.mil requesting bid package. Questions may be addressed to Kim Pohl at above email address or phone number 517-481-7842.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB-09-T-2038/listing.html)
- Place of Performance
- Address: USPFO for Michigan 3423 N MLK Blvd Lansing MI<br />
- Zip Code: 48906<br />
- Zip Code: 48906<br />
- Record
- SN01880127-W 20090719/090718001453-9c555b951f42758387f94c7bab470130 (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 |