SOLICITATION NOTICE
71 -- LaCroix Ranger District Furniture - Combined Synop/Solic
- Notice Date
- 7/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337211
— Wood Office Furniture Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Minnesota Shared Service Contracting Unit, 8901 Grand Avenue Pl., Duluth, Minnesota, 55808
- ZIP Code
- 55808
- Solicitation Number
- AG-63A9-S-12-2002
- Archive Date
- 9/4/2012
- Point of Contact
- Trent M Thomas, Phone: 2186264387
- E-Mail Address
-
tmthomas@fs.fed.us
(tmthomas@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Parts breakdown Basement Drawing Main floor Drawing Combined Wording Combined synopsis/solicitation for Furniture. (i) 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; quotations are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation will result in a firm fixed price contract. (ii) Simplified procurement procedures will be used for this acquisition per Federal Acquisition Regulation (FAR) Part 13. The reference number is AG-63A9-S-12-2002 and the solicitation is issued as a Request for Quote (RFQ). (iii) This requirement is for the United States Department of Agriculture, International Services Division. (iv) The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. Provisions and clause incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Acquisition Regulations (AGAR) can be accessed on the Internet at: http://www.arnet.gov/far/ and http://www.usda.gov/procurement/policy/agar.html. (v) It is anticipated that a single award will be awarded. The applicable NAICS code of 337211. (v) This requirement consists Furniture in accordance with the drawings provided, the furniture offered must meet specifications for specific work spaces. Item part numbers are provided for information. Items will be considered on an or equal bases to the attached part number listings. Items that will be considered on an or equal bases must be in the colors noted as well as proper dimensions. Price quotes shall include delivery and installation as designated by the drawings. (vi) A detailed description of the Line items are listed as followed: 0001 Harmony Furniture for LaCroix Ranger district in Cook Minnesota. This purchase shall include delivery and installation. Please see attached parts list and Drawings for the Office furniture will be provided for. ******* All items will be considered on a best value to the Government. All items will be considered on a Brand Name or equal basis.********** (vii) Deliverables and acceptance of deliverables will be FOB Destination to the following location(s): LaCroix Ranger District, Superior National Forest 320 N Hwy 53 Cook Minnesota Scheduled delivery and installation shall be within 60 days or as negotiated. (viii) Provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. AGAR 452.209 – 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. As prescribed in 409.471, insert the following provision: REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012) (a) Awards made under this solicitation are subject to the provisions contained in the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012 (P.L. No. 112-55), Division A, Sections 738 and 739 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that – (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked “is” above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked “is not” above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) The Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal or State law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of provision) (ix) Provision at 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The following text is added to Paragraph (a) of FAR 52.21-2: (i) technical capability of the item offered to meet the Government requirement (ii) past performance; and (iii) price. Technical and past performance will be rated neutral. A competitive firm-fixed price, definite quantity type contract award will be made to the responsible firm with the best value quote trading off expected value against probable costs. The product at a minimum must meet or exceed the technical specifications. Technical acceptability is on a pass-fail basis. The Government intends to evaluate offers and award without discussion, however, the Government reserves the right to conduct discussions later if determined necessary by the Contacting Officer. In accordance with FAR 52.212-1(b)(10) - regarding past performance, references are requested. Each offeror shall submit two references (2) which are either current or recent customers within the last three years. Please provide the name, address, phone number, fax and email for each reference. (x) Offerors shall complete at 52.212-3, Offeror Representations and Certifications - Commercial Items and submit a copy of the representation with its offer. Please note that certifications can be Completed online at https://orca.bpn.gov/. A copy of the complete Clause can be found online at http://www.arnet.gov/far/current/htm/52_212_213.html#wp1179194 (xi) Clause at 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. (xii) Clause at 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52-203-6 Restrictions on Subcontractor Sales to the Government; 52.219-6 Notice of Total Small Business Set-Aside; 52.19-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52-222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52-222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52-222-35 Employment Reports on Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans; 52.225-1 Buy America Act; 52.225-2 Buy American Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent State for Corporate Applicants (xiii) The following Federal Acquisition Regulations apply to this acquisition: Provision 52.211-6 Name Brand or Equal with the salient characteristics found in the item description. The following Agriculture Acquisition Regulations (48 CFR Chapter 4 401-453) apply to this purchase: provision 452.219-70 Size Standard and NAICS Code Information (see iv above). Clauses 452.211-73 Attachment to Statement of Work/ Specifications and 454.246-70 Inspection and Acceptance with the following text added: Inspection and Acceptance will occur at delivery locations. (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this solicitation. (xv) Numbered Note 1 applies to this acquisition. (xvi) All questions concerning this RFQ must be submitted in writing and faxed to Mr. Trent Thomas at (218) 626-4397 or e-mail to tmthomas@fs.fed.us. (xvii) Quotes are due via mail, email or by fax by 1500 CST on August 20, 2012. Mailing address: USDA FS Superior National Forest Attention: Trent Thomas 8901 Grand Avenue Place Duluth MN 55808 FAX: 218-626-4397 Email: tmthomas@fs.fed.us (xviii) A COMPLETE QUOTE SHALL CONSIST OF THE FOLLOWING: 1) Price for one (1) line item of required furniture to include delivery and installation. 2) Signature of the offeror on the page that lists the price. 3) Completed copy of the provisions at FAR 52.213-3, Offeror Representations and Certifications-Commercial Items or confirmations that this has been completed on-line. 4) Past Performance references. If an offerors quote does not contain all of the items listed above, the quote may be considered incomplete for evaluation purposes and no further consideration may be given to the offerors quotes, thereby making an offeror ineligible for award. (xix) Please contact Trent Thomas with any questions via email at: tmthomas@fs.fed.us
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/63A9/AG-63A9-S-12-2002/listing.html)
- Place of Performance
- Address: Cook, Minnesota, 55723, United States
- Zip Code: 55723
- Zip Code: 55723
- Record
- SN02820321-W 20120801/120731000234-b350654f6c2b6251d491f4e1fbe23610 (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 |