Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOLICITATION NOTICE

71 -- Miscellaneous Furniture and Equipment

Notice Date
2/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
4820 University Drive, Huntsville, AL 35816
 
ZIP Code
35816
 
Solicitation Number
35305-2
 
Response Due
2/5/2010
 
Archive Date
8/4/2010
 
Point of Contact
Name: Barbara Rich, Title: Contracting Officer & Branch Chief, Phone: (256) 895-1336, Fax: (256) 722-8724
 
E-Mail Address
barbara.rich@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 35305-2 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-02-05 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Bethesda, MD 20889 The Army Corps of Engineers requires the following items, Brand Name or Equal, to the following: LI 001, See attached Phase 1A Product list, 1, EA; LI 002, Phase 1A Freight Charges (See attached PWS para. 3), 1, EA; LI 003, Phase 1A Consolidation & Redelivery Charges(See attached PWS para 4), 1, EA; LI 004, Phase 1A Installation Charges (See attached PWS para 5), 1, EA; LI 005, See attached Phase 1B Product list, 1, EA; LI 006, Phase 1B Freight Charges (See attached PWS para. 3), 1, EA; LI 007, Phase 1B Consolidation & Redelivery Charges(See attached PWS para 4), 1, EA; LI 008, Phase 1B Installation Charges (See attached PWS para 5), 1, EA; LI 009, See attached Phase 2A Product list, 1, EA; LI 010, Phase 2A Freight Charges (See attached PWS para. 3), 1, EA; LI 011, Phase 2A Consolidation & Redelivery Charges(See attached PWS para 4), 1, EA; LI 012, Phase 2A Installation Charges (See attached PWS para 5), 1, EA; LI 013, See attached Phase 2B Product list, 1, EA; LI 014, Phase 2B Freight Charges (See attached PWS para. 3), 1, EA; LI 015, Phase 2B Consolidation & Redelivery Charges(See attached PWS para 4), 1, EA; LI 016, Phase 2B Installation Charges (See attached PWS para 5), 1, EA; For this solicitation, Army Corps of Engineers intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Army Corps of Engineers is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. All products shall be covered by the manufacturers commercial warranty. Minimum warranty period will be one year. The Contractor shall provide a copy of all warranty terms upon delivery of the products. Prices for all products and services quoted by the Contractor shall be fixed prices that will remain valid from the date of purchase order award through 30 November 2010. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. This is a brand name or equal procurement. All products shall comply with the salient characteristics listed for each item in the product lists. Product dimensions are critical for tables, desks, storage cabinets, and lockers; all of these products shall be no larger in any dimension than the dimensions listed in the product lists. The Contractor shall provide all product offered their bid price through the seller attachment capability in FedBid. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. All products shall be delivered to the Contractors local/area warehouse or other Contractor facility. Delivery of products for each phase shall be as per the schedule listed below.Freight charges shall be included in the Contractors bid. The Contractor shall provide storage of all products at the Contractors location for the period starting upon delivery and ending 30 days after the delivery dates specified in the PWS (Project Work Statement)attached for each phase, at no additional cost to the Government. The Contractor shall inspect all products, consolidate the products for each phase, and redeliver the products for each phase to the following final project location. Exact dates for redelivery to the project location shall be coordinated with the systems furniture Contractor and the Contracting Officer. The final location for redelivery is: Loading Dock, Building 9WRNMMC8901 Rockville PikeBethesda, MD 20889 Installation shall be coordinated with the systems furniture Contractor, the customer POC listed in the attached PWS (Project Work Statement)and the Contracting Officer to ensure that all products are installed in accordance with the overall installation schedule. Delivery to the project site and installation shall be completed in accordance with the schedule located in the attached PWS (Project Work Statement) paragraph 6. Contractors bidding on this opportunity are required to provide the list of products offered in the seller attachment section by phase. Information MUST include manufacturer name and model number with details to show how these products are brand name or equivialent equipment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/35305-2/listing.html)
 
Place of Performance
Address: Bethesda, MD 20889
Zip Code: 20889
 
Record
SN02055270-W 20100204/100202234857-1cf28e9909416690a15b1c4d9aa2663e (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.