Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2011 FBO #3550
SOLICITATION NOTICE

71 -- ICPBO Installation Furniture ID-IQ FT Riley Solicitation W911RX-11-R-0004

Notice Date
8/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337214 — Office Furniture (except Wood) Manufacturing
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-11-R-0004
 
Response Due
8/29/2011
 
Archive Date
10/28/2011
 
Point of Contact
Robert Parvin, 785-239-5809
 
E-Mail Address
MICC - Fort Riley
(robert.parvin@us.army.mil)
 
Small Business Set-Aside
Woman Owned 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. (ii) This Solicitation W911RX-11-R-0004 is issued as a Request for Proposal (RFP). Base year contract anticipated to begin September 2011 - September 2012 with a Government option for up to three one year periods. The additional one year contract options may be exercised by the Government if the product performance and customer service from the awarded contractor is deemed to be of a satisfactory or better nature. (iii)Federal Acquisition Circular: This solicitation incorporates the provisions which are in effect through Federal Acquisition Circular 2005-53 effective as of 4 August 2011. All clauses and provisions as of the date of the notice apply to this solicitation. (iv)NAICS code: The corresponding NAICS code for this solicitation is 337214 (Office Furniture-except wood) Manufacturing with a size standard of 500 employees. An Offeror must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they must do so by going to CCR web site at http://www.ccr.gov prior to submission of proposal. The corresponding NAICS code of the Solicitation should be found on the Offeror's CCR page. (v) Contract Line Item Numbers: 0001 - Furniture BAA Compliant Base Year Offeror shall provide two Coefficients based upon current price lists of BAA Compliant Furniture Kimball, Hon and National or equivalent current price list for Delivery Orders under $150,000.00 and Coefficients over $150,000.00 which shall encompass the following: Requirement is to supply and install furniture and decor for numerous administrative buildings on the Fort Riley military installation. Brand and style of furniture will vary according to the requirements of the requesting organization located on Fort Riley. Complete delivery, installation, setup of furniture is required for each individual delivery order. Each furniture or systems item must be in operable condition upon completion of installation. Each Delivery Order will establish the delivery time frame for that order. Under NO circumstances will any furniture be warehoused on Fort Riley prior to installation. Material Handling Equipment (MHE) will not be provided. Upon completion of installation clean-Up of Debris after installation is required. Design work MAY be required for applicable delivery orders. NOT ALL delivery orders will require a design consultant. The coefficient shall remain the same for base and all option year CLINS 0001, 1001 and 2001. Coefficient will based upon current price list of Kimball, National and HON or Government accepted BAA compliant equivalent. Provide two coefficients in the spaces below only for CLIN 0001. Coefficient for Delivery Order under $150,000.00: _____________________ Coefficient for Delivery Order over $150,000.00: ______________________ 1001 - Furniture BAA Compliant Option YR #1 2001 - Furniture BAA Compliant Option YR #2 (vi)Description of Requirement: The Contractor shall provide furniture from Kimball, National and HON (or BAA compliant equivalent) to numerous selected buildings that may include office space design (as needed) for office furniture for both mid-grade and executive level quality, conference rooms, training rooms, systems, office d cor and other miscellaneous items in this category. These items shall be delivered F.O.B. Destination, to include full installation in operable condition, clean-up of debris at the completion of install, and customer service follow-up to ensure customer satisfaction. (vii)Date(s) and Place of Delivery and Acceptance - FOB Point: This is a single award Indefinite Delivery - Indefinite Quantity contract for the Installation Consolidated Property Book Office (ICPBO) at FT Riley, KS. The dates of the delivery orders will depend on each individually awarded delivery order placed against this contract and the delivery location will be at FT Riley KS, however each individual delivery order will designate which building the furniture shall be delivered. (viii)FAR 52.212-1: Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must comply with the following commercial item terms and conditions. (ix)FAR 52.212-2: Evaluation of Commercial Items - This acquisition shall be awarded to the Lowest Priced Technically Acceptable Offeror. Source Selection Process. (Award Criteria) Subject to the provisions contained herein, award will be made to one (1) Offeror who is deemed responsible in accordance with the Federal Acquisition Regulation who conforms to the solicitation requirements; and whose proposal, judged by an overall assessment of the Technical Checklist and Past Performance which meets the technically acceptable standard for the non-cost factors and provides the lowest evaluated price. (1)Technical Checklist. i.Provide new BAA compliant Furniture from Kimball, National and HON brand name or equal. An Offeror providing a vendor on an equal basis must state on a one for one basis which vendor is equal to which of four brand names mentioned and further be advised that any proposed equivalent rating will be based upon number of BAA available pieces and types that provide interchangeability with existing systems. ii.Provide timely and complete delivery of ordered items on a whole office concept.. iii.Complete the delivery, setup and installation of all pieces delivered to include all labor, vehicles, equipment and materials to perform various steps as needed to include storing, packing, moving of items with Material Handling Equipment (MHE). Government will not provide any MHE equipment on site. No storage areas will be provided on the installation by the Government. iv.Offeror shall have the ability to provide furniture to match existing office settings for interchangeability purposes from Kimball, Hon and National as required. v.Ability to provide the whole office concept provided with no split orders. vi.Provide removal of packing materials, rubbish and debris created during the installation of furniture and d cor from government premises upon completion of setup. vii.Provide design of Government space as required by individual delivery order and submit to Government for review and approval. All scenarios shall allow for a maximum of 9 feet of ceiling clearance. The design shall provide a listing of 'all' manufacturers to fulfill the requirement to include piece number. For non-executive type spaces the contractor shall propose middle grade durable quality furniture, fabrics and finishes. viii.Submit a Quality Control Plan (QCP) that outlines Offeror's procedures to ensure the furniture is handled with care during the move installation and clean-up phase for each delivery order. Offeror shall discuss customer satisfaction procedures for tenant units to contact the Sales Representative for any defective furniture or systems discovered up to 15 days after delivery. Offeror's shall include a sales representative plan for customer satisfaction follow-up with each delivery order. (e.g. phone call, visit, e-mail, letter and etc.) ix.Single Point of Contact Sales Representative with resume that includes the years of experience with existing firm and others that is of a similar nature. The resume should also include the individual's highest level of education, specific list of furniture project sales, designs completed or managed at what locations in the past three years (provide no more than five). Background should include a minimum of one year of furniture space design and customer service. Ensure that the representative is available Monday-Friday from 8am-5pm to be on FT Riley to provide furniture design of office spaces and general estimates as needed by Tenant Units. x.Ensure In-House staff is available for delivery and installation to FT Riley Monday-Friday 8a-5pm. No firms with contract labor only will be considered. -All Offeror's will be evaluated as acceptable or unacceptable on each item in the Technical checklist listed above. Offeror's that are found to be unacceptable on any one item will be eliminated from consideration of award. The response to each item on the Technical checklist shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims. Legibility, clarity and coherence are very important. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Statements that the offeror understands, can, or will comply with the Technical checklist (including referenced publications, technical data, etc.); statements paraphrasing the Technical checklist (including applicable publications, technical data, etc.); and phrases such as "standard procedures will be employed" or "well known techniques will be used," etc., will be considered unacceptable. Offerors shall assume that the Government has no prior knowledge of their facilities and experience. The Government will base its evaluation on the information presented in the offeror's proposal. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are unnecessary and are not desired. (2)Past Performance. The Past Performance evaluation will assess the relative risks associated with an offeror's likelihood of success in performing the solicitation's requirements as indicated by that offeror's record of past performance. i.Recency Assessment. An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. ii.Relevancy Assessment. To be relevant, the effort must be of similar in nature of work, size, magnitude, complexity and scope. The Government will conduct an in-depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature, size, and complexity to the services/products being procured under this solicitation. Recent past performance is defined as not more than three (3) years from the RFP release date; relevant in terms of similar nature of work, size, magnitude, complexity and scope. A relevancy determination of the offeror's past performance will be made. The past performance information provided in the proposal and information obtained from other sources will be used to establish the degree of relevancy of past performance. iii.All blocks on the Past Performance form must be completed and all data must be accurate, current and complete, to include the DUNS number, if available and the two (2) Points of Contact/References for each project. iv.In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror may not be evaluated favorably or unfavorably on past performance. (3)Evaluations of the Price Proposals. i.The offeror will propose one Coefficient for the current year catalog prices for furniture, systems, office d cor, delivery, installation, handling and cleanup of debris from site of install for each individual delivery order through the conclusion of the contract. ii.The proposed prices will be analyzed for reasonableness. They will also be analyzed to determine whether they are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the information provided by the Offeror. The otherwise technically-acceptable lowest-priced Offeror may be required to confirm/validate its price on a Contract Line Item (CLIN), element, or total price basis, and/or provide additional information in support of their price, prior to contract award at the Government's request and discretion. iii.The Price Evaluation of proposal of Coefficient will be input into an Abstract and evaluated through the comparison of other proposed offers resulting from this Solicitation in order to determine the lowest overall price. The Government will evaluate all offers for award purposes by multiplying the offered coefficient by the estimated maximum contract value for each contract year to determine the offered price of each offeror. The Coefficient shall only be proposed in the base year as it will be applied to the current year catalog of Kimball, Hon and National or selected Buy American Act compliant equivalents on a one for one exchange (i.e. an Offeror may not propose one furniture brand as equivalent to all three brand names). The Coefficients will be calculated based on a weighted average as follows (see table on attached PDF version of Solicitation): Offeror Proposed Coefficient D/O under $150,000.00 90% D/O over $150,000.00 10% Estimated Maximum Contract Value **$2,100,000.00 ** Although the anticipated maximum is estimated to be $2,100,000.00 annually the guaranteed minimum is $100,000.00 for base year and each year the option is exercised. An awarded contractor will not be entitled to any equitable adjustment if additional delivery orders are not furnished above the stated guaranteed minimum. iv.The current year price list for the three furniture providers from Kimball, Hon and National or Buy American Act equivalent will be utilized and therefore only the base year CLIN shall be filled in by the offeror for award evaluation purposes. v.The Government may determine that an offer is unacceptable if the two priced Coefficients in Contract Line Item Number (CLIN) are significantly unbalanced, as defined under FAR 15.404-1 (g). An Offeror may propose the same Coefficient in each category over and under $150,000.00 but must still fill out each Coefficient blank listed in CLIN #0001. (x)The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items or provide the Offeror's DUNS number which may be referenced at https://orca.bpn.gov/. (xi)FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.225-13. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/. -The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions. -In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL (xiii)Additional requirements: -New equipment ONLY, NO remanufactured or used products. No "GREY" market items. -Bid MUST be good for 30 calendar days after submission -FOB Destination CONUS (Continental U.S.) -No partial shipments unless otherwise specified at time of order. All orders are delivered under the whole office concept. -Any EQUAL offer submitted is required to list the detailed specifications of their offer within their line item details. -Warranty with each item shall be no less than 90 days free of material defect. -Additional attachments may also be emailed to robert.parvin@us.army.mil. (xiv)DPAS: Not Applicable (xv)Date, time, place and format offers are due:Proposals shall be submitted on a single CD in either Microsoft Word 2007 format or in PDF. Proposals shall be submitted on a Company Letterhead in an either an Arial or Times New Roman in an easily readable font size. Failure to address each item on the Technical Acceptable checklist, Past Performance, or providing the requested Coefficient(s) in CLIN #0001 will make the proposal unacceptable and ineligible for award. All proposals must be sent to Bldg #1792, 12th Street, FT Riley, KS 66442-4160 to the attention of Mr. Robert Parvin and received not later than Monday August 29th, 2011 at 2pm Central Standard. For questions regarding the Solicitation send an e-mail to robert.parvin@us.army.mil. All Offeror's questions received shall be answered and posted as an attachment to the solicitation at www.fbo.gov for other Offeror's who may have the same question. The Government at this time does not anticipate an extension of the proposal due date and the cutoff date for questions to the solicitation will be Thursday August 25th, 2011 at 2pm Central Standard. Bid Notes - See attached solicitation for examples of how Coefficient is applied to current price list for Kimball, Hon and National furniture or Government accepted BAA compliant equivalent.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1250b8212651e4c8151b5e31ec198b49)
 
Place of Performance
Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN02531908-W 20110814/110812235001-1250b8212651e4c8151b5e31ec198b49 (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.