SOLICITATION NOTICE
71 -- Modular Offices and Furniture - Haskell Indian Nations University
- Notice Date
- 6/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- BIA-Acquisition Nashville 545 Marriott Drive Nashville TN 37214
- ZIP Code
- 37214
- Solicitation Number
- RMS00100006
- Response Due
- 6/25/2010
- Archive Date
- 6/11/2011
- Point of Contact
- Susan Sutton Senior Contract Specialist 6155646752 susan.sutton@bia.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- 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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation No. RMS00100006 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 442110 with a small business size standard of $7.0 Million. This acquisition is a total small business set-aside. Haskell Indian Nations University is seeking a contractor to design and provide 14 modular office workstations in two locations within the University, to include the offices and furniture. Each space shall be furnished with doors, desk workspaces, flipper and open shelving, two under counter file cabinets and four drawer (locked) lateral file cabinets. Requirement also includes four unit computer table, one small conference table, nine desk chairs and four table chairs. Potential offerors are required to contact Ms. Patty Battese at 785-830-2770 or pbattese@haskell/edu NO LATER THAN 18 JUNE 2010, to arrange site visit to obtain accurate measurements and enable preparation of design. Furniture shall meet all EPA Green Requirements as specified at http://www.epa/gov/epawaste/conserve/tools/cpg/products/furniture.htm Offerors quote shall include: Firm fixed price to include any and all associated costs for design, furniture, shipping, installation and set-up. Final Drawing showing the final and accurate measurements and placement of each cubicle and desk. Brochures depicting the type of furniture proposed for installation; fabric swatches if different from brochure. References from prior clients for similar jobs with point of contact and phone number. GSA contract number if applicable. AWARD: Award will be made to the offeror whose quote conforming to the requirements herein will be the most advantageous to the Government, including: 1) QUALITY, 2) PAST PERFORMANCE, and 3) PRICE. In addition to the above, an original signed and dated quote, accompanied with contractor's DUNs number, and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, mailed to the Bureau of Indian Affairs, Eastern Region Office, Division of Acquisition, Attention: Susan Sutton, 545 Marriot DR, STE 700, Nashville TN 37214 or by email to susan.sutton@bia.gov by close of business, Central Daylight Time, June 25th, 2010. Facsimile quotes will not be accepted. Any further questions regarding this announcement may be directed to Susan Sutton at (615) 564-6752. CONTRACT CLAUSES: The following clauses apply to this acquisition 52.212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items (factors are quality, past performance and price - the government reserves the right to award to other than the low offeror if the awardee is judged to have a superior technical proposal); 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.504-07 Central Contractor Registration; 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.225-1; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); and 52.229-3 Federal, State, and Local Taxes (April 2003). The Federal Acquisition Regulations clauses and provisions are available in the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMS00100006/listing.html)
- Place of Performance
- Address: Lawrence KS
- Zip Code: 66046
- Zip Code: 66046
- Record
- SN02175704-W 20100613/100611235105-0360ea2f99fcaace9a85a83a9104296c (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 |