SOLICITATION NOTICE
71 -- Office Furniture
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 45 West St., Fort Drum, NY 13602
- ZIP Code
- 13602
- Solicitation Number
- 0010227544-01
- Response Due
- 9/14/2012
- Archive Date
- 3/13/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- 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.The solicitation number is 0010227544-01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 337215 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-14 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Drum, NY 13602 The MICC Fort Drum requires the following items, Brand Name or Equal, to the following: LI 001, Office Set to include: Bow Front U Shaped Desk with Hutch, Bookcase with Lateral File NBF Fairbanks Series P/N 13356 Brand name or Equal. This item shall include the following salient characteristics: U-Desk shall have a Bowed Front and be fully reversible with a bridge that can be placed on either the left or right side and include a keyboard tray. Hutch shall have wooden doors a minimum 23 inch clearance to accommodate computer monitors. Bookcase with lateral file shall include three open shelves and a two drawer lateral file beneath with full extension drawers able to accommodate legal and letter sized files. Set shall have maximum dimensions of 72 inches wide by 102.5 inches deep by 42 inches high. All items quoted shall have a matching light cherry finish and matching hardware, silver, gray or black in color. All items shall be assembled to the maximum extent practicable., 7, EA; LI 002, Five Shelf Bookcase NBF Fairbanks Series P/N 32821 Brand name or Equal. This item shall include the following salient characteristics: Bookshelf shall have five open shelves, three of which are adjustable. Maximum dimensions of 36 inches wide by 14 inches deep by 71 inches high. All items quoted shall have a matching light cherry finish and matching hardware, silver, gray or black in color. All items shall be assembled to the maximum extent practicable., 7, EA; LI 003, Lateral File NBF Fairbanks Series P/N: 30826 Brand Name or Equal. This item shall include the following salient characteristics: Two full extension drawers able to accommodate legal and letter sized files. Maximum dimensions of 37 inches wide by 20 inches deep y 29 inches high. All items quoted shall have a matching light cherry finish and matching hardware, silver, gray or black in color. All items shall be assembled to the maximum extent practicable., 7, EA; LI 004, Storage Cabinet with lateral file NBF Fairbanks Series P/N 31845 Brand Name or Equal. This item shall have the following salient characteristics. Two, wooden door storage cabinet shall include three shelves. Lateral file beneath shall include two full extension drawers able to accommodate legal and letter sized files. Maximum dimensions of 37.5 inches wide by 20 inches deep by 71 inches high. All items quoted shall have a matching light cherry finish and matching hardware, silver, gray or black in color. All items shall be assembled to the maximum extent practicable., 1, EA; LI 005, Guest Chair NBF Fairbanks P/N: 75896 or equal. This item shall include the following salient characteristics: A light cherry wooden frame and black fabric upholstery. Maximum dimensions of 23 inches wide by 23 inches deep by 32 inches high. All items quoted shall have a matching light cherry finish and matching hardware, silver, gray or black in color. All items shall be assembled to the maximum extent practicable., 14, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. 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, apply: 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 Rerepresentation; 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, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-99 System for Award Management (SAM) Registration (August 2012) (Deviation), the offeror must be registered in SAM. Information can be found at http://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an ?all-or-nothing? basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 337215 with a small business size standard of 500 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. 5152.233-4000 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 General Accounting 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 33.103. Send protests (other than protests to the contracting officer) to: ? Address: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 ? Fax: (256) 450-8840 ? The AMC-level protest procedures are found at: Web Address: 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/321d049d202d6d0fe137325757adba79)
- Place of Performance
- Address: Fort Drum, NY 13602
- Zip Code: 13602
- Zip Code: 13602
- Record
- SN02882002-W 20120915/120914001729-321d049d202d6d0fe137325757adba79 (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 |