Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

71 -- Provide Designs and Install Systems Furniture; Fort Shafter, HI - Scope of Work

Notice Date
5/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-10-T-0016
 
Archive Date
6/12/2010
 
Point of Contact
Thomas L Reese, Phone: 8084381776
 
E-Mail Address
thomas.l.reese@usace.army.mil
(thomas.l.reese@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Scope of Work 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 notice, W9128A-10-T-0016; this requirement is being solicited as a sole source to Contract Furnishers Of Hawaii, Inc. under GSA Schedule GS-28F-8049H This synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. This is a Sole Source RFQ under NAICS code 337214 - Modular furniture systems (except wood frame), office-type. THE CONTRACT WILL INCLUDE THE FOLLOWING: Provide designs and install systems furniture to configure office cubicles. Designs and office cubicles shall include at a minimum flipper door units, task lights, work surfaces, keyboard and mouse tray, mobile file pedestals, paper trays, and powered and non-powered panels: (1) Configure one (3) cubicles, 6' x 6' with 7' high panels. (2) Reconfigure two (2) cubicles, 8' x 7' with 5' 7" and 3' high panels. (3) Reconfigure two (2) cubicles in the reception area, a 8' x 6' cubicle and a 8' x 8' reception cubicle; and provide bookshelves three (3) 30" x 65"; one (1) 36" x 65", and three (3) 36" x 39" (4) Reconfigure one (1) cubicle 8' x 7' with 7' high panels. (5) Reconfigure three (3) cubicles 8' x 7' with 7' high panels. (6) Reconfigure one (1) cubicle 6' x 8' with 7' high panels. (7) Reconfigure one (1) cubicle 6' x 10' with 7' high panels. (8) Reconfigure three (3) cubicles 6' x 10' with 7' high panels, at Bldg 230, Room 104; relocate one (1) 6' high rotary file; relocate three (3) 8' high rotary files; and replace standard shelves and provide 52 pass thru shelves. (9) Reconfigure two (2) cubicles 6' x 10' with 7' high panels. (10) Configure two (2) cubicles 7' x 10' with 7' high panels. (11) Reconfigure all cubicles and configure three (3) 9' x 11' with 7' high panels, two (2) 7' x 11' with 7' high panels, six (6) 8' x 8' with 6' high panels, one (1) 6' x 8' with 6' high panels, three (3) 7' x 6' with 6' high panels, and four (4) 2' x 6' with 6' high panels. This is a firm-fixed price commercial service with incidental supplies for Herman Miller Modular Systems workstations. The current workstations were installed in FY97 and are inadequate to support the growing workforce. Consistent model line, color style, and pattern and interchangeable furniture are necessary. The Scope of Work is attached. The full text of provisions and clauses incorporated herein may be accessed electronically at the following sites: http://farsite.hill.af.mil/VFFARa.htm, http://www.acq.osd.mil/dp/dars/dfars/dfars.html, and http://www.hq.usace.army.mil/cepr/asp/acquisition/efars.asp. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items apply to this acquisition. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b): 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement for Equivalent Rates for Federal Hires; FAR Clauses Incorporated By Reference are 52.203-3, Gratuities; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.214-34, Submission of Offers In The English Language; 52.214-35, Submission Of Offers In U.S. Currency; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 52.247-55, F.O.B. Point of Delivery of Government Furnished Property; 52.253-1 Computer Generated Forms; DFARS clauses Incorporated By Reference are 252.201-7000, Contracting Officers Representative; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt. A, Central Contractor Registration (52.204-7) and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (a) 52.203-3, Gratuities; 252.232-7003 Electronic Submission of Payment Requests; 252.225-7001 and 252.247-7023 Transportation of Supplies by Sea ALT III. 252.209-70001 Buy American Act And Balance of Payments Program; 252.225-7002 Qualifying Country Sources As Subcontractors; 252.225-7012 Preference For Certain Domestic Commodities; 252.232-7003 Electronic Submission of Payment Requests and Receiving; 252.232-7010 Levies on Contract Payments; 252.239-7001, Information Assurance Contractor Training and Certification; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification Of Transportation Of Supplies By Sea; FAR Clauses Incorporated By Full Text are as follows: FAR 52.204-5, Women-Owned Business (Other Than Small Business); 52.209-5, Certification Regarding Responsibility Matters; 52.219-4, Notice of Price Evaluation Preference for Hubzone Small Business Concerns; 52.219-28, Post-Award Small Business Program Representation; 52.233-2, Service of Protest; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions;52.252-6, Authorized Deviations in Clauses; 252-204-7006, Billing Instructions; 252.212-7000, Offeror Representations and Certifications-Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dev). Local Statements Incorporated in Full Text are as follows: S-19A U.S. Army Corps of Engineers Safety and Health Requirements, Manual, EM 385-1-1; S-19 Safety Standards; S-36.30, Required Insurance; S-36.33, Notification to Offerors Access to Military Installations; S-36.34, Vehicle Registration; S-4, Cost Breakdown; S-4.1, Joint Venture Offerors; and S-7, Identification of Partners. U.S. Department of Labor Wage Determination(s)/Decision(s) 2005-2153 Rev (12) is/are incorporated into this solicitation and shall be applicable to any resultant contract and can be retrieved at http://www.wdol.gov/. In accordance with 252.232-7003, payment requests are required to be submitted in electronic form through Wide Area WorkFlow; contractors are referred to the web site of Wide Area WorkFlow-Receipt and Acceptance https://wawf.eb.mil for more information. Questions regarding this solicitation notice may be submitted via email to Mr. Tom Reese at Thomas.l.reese@usace.army.mil no later than 2:00 p.m. Hawaiian Standard Time on 28 May 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-10-T-0016/listing.html)
 
Place of Performance
Address: POH Honolulu District, Bldg 230, Fort Shafter, Hawaii, 96858, United States
Zip Code: 96858
 
Record
SN02150324-W 20100516/100514235257-2ed18f6d072167290a1a8260f3afd294 (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.