SOLICITATION NOTICE
71 -- VARIDESK Pro Plus Adjustable Desk Risers, qty 215 each for DFAS-Limestone. VARIDESK Part 34563. Brand Name.
- Notice Date
- 8/7/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
- ZIP Code
- 43218
- Solicitation Number
- HQ0423-14-T-0017
- Archive Date
- 8/28/2014
- Point of Contact
- Cecilia M. McLaughlin, Phone: 6147012775
- E-Mail Address
-
cecilia.mclaughlin@dfas.mil
(cecilia.mclaughlin@dfas.mil)
- Small Business Set-Aside
- N/A
- 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; quotes are being requested and a written solicitation will not be issued. This is solicitation number HQ0423-14-T-0017 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, Fac 2005-76, Effective 25 Jul 2014. This is a Brand Name Only requirement. This requirement has a NAICS of 337214. The contract type is: Under FAR Part 13 the Government intends to award a single Firm Fixed Price order. IMPORTANT: For your quote to be considered for award, your company must have an active registration in www.sam.gov. Registration is free. Offers are due by 10:00 a.m. Eastern on 8/13/2014. Point of Contact (POC): Cecilia McLaughlin Phone Number: 614-701-2775 Fax Number: 614-701-2918 e-mail address: cecilia.mclaughlin@dfas.mil Facsimile and e-mail quotes are acceptable and preferred. Furnish quotes to the POC on or before the closing time listed in this RFQ. 1. Requirement: Line 0001: VARIDESK Pro Plus Ergonomic Desk Riser, quantity 215 each. VARIDESK Part Number: 34563. Deliver within 30 days ARO. Deliver to: DFAS-Limestone DFAS-LI/JBD 27 Arkansas Road Limestone, ME 04751-6217 Brand Name Justification: The proposed contractor's unique qualifications required to justify the brand name requirement The adjustable desk risers must fit on the top surface of employee desks. All employee computer workstation equipment must fit on the desk riser and allow the employee to work in a standing or sitting position. The desk riser unit must be able to be easily moved in the event of internal personnel moves within the client's building. Specific features the sit-to-stand adjustable desk risers must include are: Work surface size of 36" x 27". 35 pound minimum weight capacity. Extended dimension of 17.625"H x 36"W x 39"D. Maximum extension height of 18" (desktop) and 14" (keyboard tray). Must support dual monitors and/or dual docking stations. This item has a spring-assisted lift mechanism, lifting keyboard tray, and shall be delivered fully assembled. The contractor shall provide replacement services associated with manufacturer's Lifetime Limited Warranty. These features, which can only be obtained with the VARIDESK Pro Plus, are required to support both planned and unanticipated personnel moves. Market research was conducted to determine the availability and features of destop desk risers in the market. The market research was focused on finding an adjustable desk riser that can stand independently on the user's desktop, one that is not a separate desk or table, and one that comes without an attaching clamp. The desk riser must have the capability of supporting two monitors or docking stations at one time and must meet all other features DFAS-Limestone requires.. 2. Provisions and clauses: 52.203-3 - Gratuities (Apr 1984) FAR 52.212-1 Instruction to Offerors - Commercial (APR 2014) FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (MAY 2014) FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAY 2014) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JUN 2014) - Note: The following clauses from paragraphs (b) and (c) are also applicable to this acquisition: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorites and Remedies (Jan 2014) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, Alternate II (May 2014) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) The following DFARS provisions and clauses are applicable: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.204-7003 Control of Government Personnel Work Product. (APR 1992) DFARS 252.204-7004 Alternate A, System for Award Management (FEB 2014) DFARS 252.204-7006 Billing Instructions (OCT 2005) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) DFARS 252.209-7999 Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Deviation) (JAN 2012) DFARS 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (MAY 2013) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. (End of clause) DFAS 52.223-9000, "ENVIRONMENTALLY PREFERABLE PRODUCTS" (July 2013) The Environmentally Preferable Products clause is included in this contract to articulate the Government's policies on Green Contracting. FAR 23.403 sets forth the Federal Government's policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. Executive Order 13423 (January 24, 2007) required federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it required that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. Executive Order 13514 (October 5, 2009), required federal agencies to analyze internal processes and revise reporting requirements in order to achieve such results as improvement of water use and efficiency, promoting pollution prevention and elimination of waste. But more particularly as related to procurement, an emphasis was placed on efforts to advance sustainable acquisitions to ensure that 95 percent of new contract actions including task and delivery orders, for products and services with the exception of acquisition of weapon systems, are energy-efficient (Energy Star or Federal Energy Management Program (FEMP) designated - FAR 52.223-15, and -16 when specific to computer products), water-efficient (Goals within Executive Order 13514), bio-based (FAR 52.223-1 & -2), environmentally preferable (FAR 52.223-10) and/or Electronic Product Environmental Assessment Tool (EPEAT - FAR 52.223-16) certified, non-ozone depleting (FAR 52.223-11), contain recycled content, or are non-toxic or less-toxic alternatives (FAR 52.223-3 & DFARS 252.223-7006), where such products and services meet agency performance requirements. § 1. Mandatory Use of Paper and Other Products with Recycled Content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor affirmatively acknowledges that it will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this solicitation the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items (FAR 52.223-17). § 2 Notice of Green Alternatives in Offerors' Product/Service. (a) When offering a product or service that contains "Green" components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products, and provide the certification required by FAR 52.223-4, when required. § 3 Affirmative Duty of Contractors to Adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/HQ0423-14-T-0017/listing.html)
- Place of Performance
- Address: Defense Finance and Accounting Service, DFAS-Limestone/JBD, 27 Arkansas Road, Limestone, Maine, 04751-6217, United States
- Zip Code: 04751-6217
- Zip Code: 04751-6217
- Record
- SN03456408-W 20140809/140808000556-d59dbc2a8157e843dec4eca288535571 (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 |