SOLICITATION NOTICE
71 -- SLA Furniture UNICORE or EQUAL
- Notice Date
- 9/24/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Fort Carson DOC, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
- ZIP Code
- 80913-5198
- Solicitation Number
- W911RZ-10-T-0377
- Response Due
- 9/28/2010
- Archive Date
- 11/27/2010
- Point of Contact
- Dorothy F. Bell, 719-526-2682
- E-Mail Address
-
Fort Carson DOC
(dorothy.f.bell@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 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 or services 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number W911RZ-08-T-0116 in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43, effective 2 August 2010. The North American Industrial Classification System (NAICS) number is 337214 and the business size standard is 500 employees. The proposed acquisition is reserved for SMALL BUSINESS ONLY. LINE ITEM/DESCRIPTION: SLA (UNICORE) Furniture (OR EQUAL) Fabric number 1 Trim number 1 G GRAY Laminate number 1 503 STONE GRAFIX Fabric number 2 FAB7864 Sterling Whirlwind Trim number 2 29 GRAY CLIN 001 includes the following items broken out by quantities: QUANTITY 1 LOT PANEL/TILES CICP2442NP FAB7864 Trim Code G 24X42 FABRIC ACOUSTICAL PNL NP QTY 14 CICP2466NP FAB7864 Trim Code G 24X66 FABRIC ACOUSTICAL PNL NP QTY 6 CICP2466P8 FAB7864 Trim Code G 24X66 FABRIC ACOUSTICAL PNL P8 QTY 1 CICP3042NP FAB7864 Trim Code G 30X42 FABRIC ACOUSTICAL PNL NP QTY 3 CICP3642P8 FAB7864 Trim Code G 36X42 FABRIC ACOUSTICAL PNL P8 QTY 28 CICP4866P8 FAB7864 Trim Code G 48X66 FABRIC ACOUSTICAL PNL QTY 16 PANEL TRIM/INTERSECTION COND CIECP42 G 42inch END OF RUN QTY 17 CIECP66 G 66inch END OF RUN QTY 7 CIECPL4266 G 42X66 VARIBL HEIGHT END OF RUN QTY 4 CIFWC G FOUR WAY CAP QTY 1 CITWC G TWO WAY CAP QTY 4 CICAC42 FAB7864 G 42inch CORNER POST QTY 13 CICAC66 FAB7864 G 66inch CORNER POST QTY 1 CICTC42 FAB7864 G 42inch T-POST QTY 4 CICTC66 FAB7864 G 66inch T-POST QTY 4 CIFECPT4266 FAB7864 G VARIABLE HEIGHT T-POST QTY 7 ELECTRICAL CIS8CERW4IO 8-WIRE number4I SINGLE RECEPTACLE QTY 14 CI8CEPFC180 8-W IN LINE PNL-TO-PNL PWR CON QTY 22 CI8CEPFC3T 8-WIRE 3-WAY PNL-TO-PNL CON QTY 6 CI8CEPFC4X 8-WIRE 4-WAY PNL-TO-PNL CON QTY 4 CI8CEPFC90 8-WIRE 90 DEG PNL-TO-PNL CON QTY 2 CICEPBF8R Trim Code G 8-WIRE BASE FEED - RIGHT QTY 4 CIS8CERW1 Trim Code G 8-WIRE number1 SINGLE RECEPTACLE QTY 16 CIS8CERW2 Trim Code G 8-WIRE number2 SINGLE RECEPTACLE QTY 14 CIS8CERW3 Trim Code G 8-WIRE number3 SINGLE RECEPTACLE QTY 16 WORKSURFACES 3CD G CENTER DRAWER QTY 14 CIWSBL Trim Code G WORKSURFACE BRACKET-LEFT QTY 13 CIWSBR Tim Code G WORKSURFACE BRACKET-RIGHT QTY 12 CIWR24483L Lam Code 503 Trim Code G 24X48 RECTANGULAR WORKSURFACE QTY 14 CIWR30723L Lam Code 503 Trim Code G 30X72 RECTANGULAR WORKSURFACE QTY 2 CIWSS244872L3L Lam Code 503 Trim Code G 24X48X72 LEFT SQUARE SHOE WKSF QTY 8 CIWSS244872R3L Lam Code 503 Trim Code G 24X48X72 RGHT SQUARE SHOE WKSF QTY 6 ACCESSORIES CITBB4816 FAB7864 48X16 TACKBOARD WITH BACKER QTY 14 OVERHEAD and SHELVES CIRDS48 G 48inch STEEL OVERHEAD-PANEL MOUNT QTY 28 FILING and STORAGE DIVIDER6 6inch FILE DRAWER DIVIDER-BLACK QTY 28 PTR0004 BLACK PENCIL TRAY QTY 14 LOX174 CORE and KEYS LOCK 174 QTY 5 LOX175 CORE and KEYS LOCK 175 QTY 5 LOX176 CORE and KEYS LOCK 176 QTY 5 LOX177 CORE and KEYS LOCK 177 QTY 5 LOX178 CORE and KEYS LOCK 178 QTY 5 LOX179 CORE and KEYS LOCK 179 QTY 5 LOX180 CORE and KEYS LOCK 180 QTY 5 LOX181 CORE and KEYS LOCK 181 QTY 5 LOX182 CORE and KEYS LOCK 182 QTY 5 LOX183 CORE and KEYS LOCK 183 QTY 5 LOX184 CORE and KEYS LOCK 184 QTY 5 LOX185 CORE and KEYS LOCK 185 QTY 5 LOX186 CORE and KEYS LOCK 186 QTY 5 LOX187 CORE and KEYS LOCK 187 QTY 5 LOX188 CORE and KEYS LOCK 188 QTY 1 LOX189 CORE and KEYS LOCK 189 QTY 1 LATFF230 Trim Code 29 30inch 2-DRAWER LATERAL FILE - QTY 2 PEDMPBBF24 Trim Code 29 24inch MOBILE PED BOX/BOX/FILE QTY14 CLIN 0002Installation in accordance with attached Statement of WorkQUANTITY1 Delivery is required 45 Days after approval of design and implementation plan. FAR 252.225-7001 Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote on company letterhead, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, an overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments (if any), warranty information, shipping/handling charges (must be specified), FOB (destination or origin, if not specified, destination will be default). The provisions at 52.212-2, Evaluation--Commercial Items apply to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsive responsible offeror whose technically acceptable 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: The following factors shall be used to evaluate offers: Award will be made on the basis of technically acceptable offeror, delivery date and lowest evaluated price which meets or exceeds the requirement. Offers will be evaluated on a pass or fail basis to determine whether the proposed furniture meet the salient physical, functional, or performance characteristics of that brand of furniture. Contractors shall include in their offer descriptive literature such as illustrations, drawings, samples, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil: 52.212-4 Contract Terms and Conditions-Commercial Items: The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders Commercial Items (July 2010) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003) (31 U.S.C 3332). 52.209-4, First Article Approval Government Testing; 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items, with the clauses 52.203-3, Gratuities; 252.232-7003, Electronic Submission of Payment Requests and 252.225-700, Buy American Act and Balance of Payment Program. Offers must be received NLT 2:00 PM Mountain Standard Time, 28 September 2010, at Mission and Installation Contracting Command, ATTN: CCMI-CAR, 1676 Evans Street, Bldg 1220, 3RD Floor, Fort Carson, CO 80913-5198. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Please submit quotes via e-mail to the dorothy.f.belll@us.army.mil or fax TO: Dorothy Bell, Contracting Officer (719) 526-5333 or Stephanie Fraterelli, Contract Specialist stephanie.fraterelli@us.army.mil. Questions concerning this solicitation should be addressed to Dorothy Bell Contracting Officer, and e-mailed to dorothy.f.bell@us.army.mil. All questions or inquires must be submitted in writing no later than 27 September 2010; 1400 Mountain Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/781622ade76ad6e4008618db3b3c5262)
- Place of Performance
- Address: Fort Carson DOC Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
- Zip Code: 80913-5198
- Zip Code: 80913-5198
- Record
- SN02296036-W 20100926/100924235126-781622ade76ad6e4008618db3b3c5262 (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 |