Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2014 FBO #4648
SOLICITATION NOTICE

71 -- DECC Cubicle Furniture - DECC Cubicle Furniture

Notice Date
8/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
DHQCSD14MPA00258
 
Archive Date
9/27/2014
 
Point of Contact
Megan Acord, Phone: 6182299284, Tina Book, Phone: 618-229-9221
 
E-Mail Address
megan.l.acord.civ@mail.mil, tina.m.book.civ@mail.mil
(megan.l.acord.civ@mail.mil, tina.m.book.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QASP Site Visit Instructions Performance Work Statement Partial First Floor Plan A122 Partial First Floor Plan A130 Partial First Floor Plan A134 Enlarged Typical Layouts (Attachment B) Proposed Concept Floor Plan (Attachment A) Equipment Materials List 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 DHQCSD14MPA0258 and is issued as a Request for Quotations (RFQ), unless otherwise indicated herein. Defense Information Technology Contracting Organization (DITCO) PL8324 is seeking discounted pricing to procure and install of 21 workstations, 2 compact workstations, 23 chairs, 5 printer stands, and 5 lateral files for the Defense Information Systems Agency (DISA) Defense Enterprise Computing Center (DECC) located at Montgomery in accordance with (IAW) the Equipment Material List. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. 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 quote shall comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The quote must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. The award will be a FFP award based on the lowest priced technically acceptable offer. Award will be made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) offer to the Government. After receipt of quotations, the Government will first evaluate the lowest price quotation. If the lowest price quotation is determined to be technically acceptable and otherwise properly awardable, no further evaluations will be conducted, and award will be made. If, however, the lowest price quotation is determined to be technically acceptable and/or otherwise not properly awardable, further evaluations will be conducted. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. In addition, FAR 52.237-1 is also incorporated by reference. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Quotes shall include Equipment Materials List (with price breakout) and Technical Proposal. Attachments: 1 - CLIN Pricing Spreadsheet 2- Proposed Concept Floor Plan (Attachment A) 3- Enlarged Typical Layouts (Attachment B) 4-Partial First Floor Plan A134 5- Partial First Floor Plan A130 6- Partial First Floor Plan A122 7- Performance Work Statement 8-Site Visit Instructions 9-QASP VISTOR AUTHORIZATION LETTER QUESTIONS: All visitor access questions concerning this requirement must be submitted to the DISA Field Security Office. Please address questions to Pedro (Pete) Gonzalez at 334-416-4004. A Site Visit will be held on Friday, August 18, 2014, at 9:00 AM (Eastern Time). Offerors are urged to attend the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. A Visit Authorization Letter shall be submitted by Tuesday, July 15, 2014 2:00 PM (Central Time). The Government reserves the right to refuse or not process any visit authorization letter if received after Tuesday, July 15, 2014 2:00 PM (Central Time). The contractor shall forward a Visit Authorization Letter (VAL) to the government site Security Manager for all employees 2 days prior to the site visit. The VAL shall be on company letterhead or pre-fabricated form and contain the following information: Solicitation number and date of the site visit Company Point of Contact (POC) and telephone number Government Task Monitor name and telephone number Complete legal name of employee(s) Social Security Number Security Clearance level, date granted, and Adjudication facility name, i.e. DISCO Type of Personnel Security Investigation (PSI) pending or completed Date PSI completed Send VAL request to: Pete Gonzalez Com: (334) 416-4004 FAX: 416-1134 e-mail: pedro.j.gonzalez8.civ@mail.mil **All questions entertained at the Site Visit will be recorded and questions and answers will be provided to all interest bidders at a later date.** VENDOR QUESTIONS: All vendor questions concerning this requirement must be submitted electronically no later than 11:00AM CST, Friday, 22 August 2014. Please address questions to Megan Acord at megan.l.acord.civ@mail.mil. GOVERNMENT RESPONSE TO QUESTIONS: Responses to all questions posed will be posted on FedBizOpps. PROPOSAL DUE DATE: Proposals are due by Friday, September 12, 2014, 1000 CST via e-mail to Megan Acord at megan.l.acord.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/DHQCSD14MPA00258/listing.html)
 
Place of Performance
Address: DISA DECC Montgomery, AL, United States
 
Record
SN03466322-W 20140816/140815000651-dc30215eeae9f1fa6c42cd70254ad54b (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.