Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2010 FBO #3223
SOLICITATION NOTICE

71 -- FURNITURE WITH INTEGRATED GSA CLASS 5 SAFE AND EQUIPMENT

Notice Date
9/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Fort Bliss DOC, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG0210N000
 
Response Due
9/23/2010
 
Archive Date
11/22/2010
 
Point of Contact
Dawn Montgomery, (915) 569-8367
 
E-Mail Address
Fort Bliss DOC
(dawn.montgomery@conus.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 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. 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. The Fort Bliss Directorate of Contracting is releasing this combined synopsis/solicitation electronically only. Proposals are being requested from vendors by 23 September 2010 by 4:00PM MST. In cases of conflict between the electronic (on-line) version of this RFQ and any downloaded version of the RFQ, the on-line RFQ prevails. All questions must be in writing and received by the Contract Specialist not later than 4:00pm MST 21 September 2010. No telephonic requests will be entertained. The email address for submission of all questions is dawn.montgomery@us.army.mil. All questions must be addressed to the Contracting Officer/Specialist only. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS and ASFI websites. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. This procurement is a 100% small-business set-aside. Applicable NAICS code is 423420 Office Equipment Merchant Wholesalers with an associated size standard of 500 employees. The Federal Service Code is 7110. See below for description of equipment requested. One award will be made on a Fixed Price basis to the Lowest Priced Technically Acceptable offeror. The requirement is for the purchase of a cabinet, credenza, bookcase and desk with an integrated Information Processing System (IPS) Class 5 Safe. The key characteristic of the system is that the safe must be configured to protect and reliably operate electronic equipment contained within it while being inconspicuous in the desk furniture. Delivery Instructions: Fort Bliss, TX DELIVERY DATE: 12 November 2010. The POCs for the delivery will be provided at award. CLIN 0001 IPS Security Cabinet Integrated GSA Approved Class 5 IPS Container Quietized Fan for Cooling 19Hx 23W (26 at louvers) x 39D 19 Rack Assembly, 20D, 2 pair Must be completely contained within CLIN 0002 Unit DescriptionQuantityTotal Each1___________________ Delivery Date - 12 NOVEMBER 2010 CLIN 0002 Executive Wood Credenza 30Hx60Wx32D Right Door Opening, Drop down keyboard tray in top drawer. Color: Mahogany Hardware: Brass Unit DescriptionQuantityTotal Each1___________________ Delivery Date - 12 NOVEMBER 2010 CLIN 0003 Bookcase Top 48Hx60Wx16D Color: Mahogany Hardware: Antique Brass Unit DescriptionQuantityTotal Each1___________________ Delivery Date - 12 NOVEMBER 2010 CLIN 0004 Desk 30Hx60Wx36D, 2 Bay w/2 File Drawers, 4 Drawers, 1 Knee Drawer Color: Mahogany Hardware: Antique Brass Unit DescriptionQuantityTotal Each1___________________ Delivery Date - 12 NOVEMBER 2010 CLIN 0005 KVM Guard SIPR KVM Gateway, USB Integrated in CLIN 0001 Unit DescriptionQuantityTotal Each1___________________ Delivery Date - 12 NOVEMBER 2010 CLIN 0006 Secure KVM Switch, 2 ports, USB Integrated in CLIN 0001 Unit DescriptionQuantityTotal Each1___________________ Delivery Date - 12 NOVEMBER 2010 CLIN 0007 Delivery to Fort Bliss, Texas 79916 Unit DescriptionQuantityTotal Each1___________________ Delivery Date - 12 NOVEMBER 2010 **The following must be furnished with the quotation: 1. complete descriptive narrative for the portable buildings that is equivalent to the specifications listed above; 2. Prompt payment terms; 3. Completed copy of provision at DFARS 252.212-7001 Offeror Representations and Certifications--Commercial Items. CLAUSES: FAR 52-212-1, Instructions to Offerors-Commercial is incorporated by reference and applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition. Fill-ins are as follows: 1. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance; Evaluation Factors: (i) Technical acceptability of the offeror to meet the Government's requirement. In order to help determine the technical acceptability of the offerors, offerors shall provide descriptive literature and a statement of the equipment to be provided. The offeror must provide a color picture of any equipment that is to be provided. If the descriptive literature and picture are not provided, the offeror will be deemed unacceptable. The offeror must clearly indicate how it will meet all requirements and specifications of GSA Approval Federal Specification Number AA-C-2786. Offers which do not clearly indicate how the offeror will meet these requirements will not be determined to be technically acceptable. Applicable ratings for Technical Capability are as follows: Acceptable - Meets Government's requirement Unacceptable - Does not meet the Government's requirement. (ii) Price - offeror's proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-3. (iii) Past Performance Offeror status will be verified through the Excluded Party List System at https://www.epls.gov/, and Past Performance Information Retrieval System at https://www.ppirs.gov/. Award will be made to the lowest priced technically acceptable offeror. Trade-offs will not be used for this procurement. (b) In accordance with FAR 52.212-1(g), the Government intends to award without discussions. It is the Governments intention to award without discussions. Offerors are encouraged to present their best mission capability quote and prices in their initial submission. However, IAW FAR Part 15.306, should discussions become necessary, the Government reserves the right to hold them. If this occurs, a competitive range will be determined and offerors notified. The competitive range may be limited for purposes of efficiency IAW FAR Part 15.306 (c)(2). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representation and Certifications Commercial Items. The following FAR Clauses apply to this acquisition and will be incorporated into any resulting contract: FAR Clause 52.212-4 Contract Terms and Conditions Commercial Items. The clauses at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items apply to this acquisition, specifically the following cited clauses and provisions are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards;52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 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; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.204-7, Central Contractor Registration; and 52.252-2, Clauses Incorporated By Reference. The following FAR Clauses and Provisions are incorporated by reference: 52.223-11 Ozone Depleting Substances. The DFAR clause at 252.212-7001, contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items, specifically the following cited clauses and provisions are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023 Transportation of Supplies by Sea; The following DFAR clauses and provisions apply to this solicitation and are incorporated by reference: 252.204-7003 Control of Government Personnel Work Product; 252.204-7004, Central Contractor Registration (52.204-7); 252.209-7001 Disclosure of Ownership or Control by a Government of a Terrorist Country; The following local clauses are included 5152.233-4000 AMC-Level Protest Program (Nov 2008). If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. 5152.209-4000 DoD Level Antiterrorism (AT) Standards, (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. The contractor must be registered in the Central Contractor Registration (CCR) database to be eligible for award. Contractors must be actively registered in the Central Contractor Registration (CCR) to be eligible for award. Register at www.ccr.gov. The vendor must be ORCA certified at https://orca.bpn.gov/. Full text versions of clauses and provisions may be viewed at http://farsite.hill.af.mil. Solicitation closing date is 1 September 2010. All quotes must be received by 12:00 p.m. Mountain Standard Time. The Government reserves the right to award the contract without holding discussions. Offerors shall submit one copy of their quote and the Official Representations and Certifications (FAR 252.212-7001) in person, by mail or by email to the attention of Dawn Montgomery at 915-568-8732(fax), dawn.montgomery@us.army.mil, no later than 4:00 PM MDT on 23 September 2010. Point of contact for this solicitation is Dawn Montgomery at email dawn.montgomery@conus.army.mil. Questions will only be accepted by email. Place of Performance is: Fort Bliss, Texas 79916
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fdb5eb46688940f775b293d50e3ff8d5)
 
Place of Performance
Address: Fort Bliss DOC Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road Fort Bliss TX
Zip Code: 79916-6812
 
Record
SN02288302-W 20100921/100919233211-fdb5eb46688940f775b293d50e3ff8d5 (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.