SOLICITATION NOTICE
71 -- MSC-SSU Furniture
- Notice Date
- 9/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337214
— Office Furniture (except Wood) Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC SSU GUAM, PSC 455, Box 198, APO AP GU, 96540-2600, United States
- ZIP Code
- 96540-2600
- Solicitation Number
- MSCFurniture
- Archive Date
- 9/30/2014
- Point of Contact
- M. Lourdes Leon Guerrero, Phone: 6713393046
- E-Mail Address
-
maria.leonguerrero1@fe.navy.mil
(maria.leonguerrero1@fe.navy.mil)
- Small Business Set-Aside
- Total 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; quotes are being requested and a written solicitation will not be issued. Solicitation: MSC FURNITURE is being issued as a Request for Quote (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. This procurement is a 100% Small Business set-aside IAW FAR 19.1305 (b). The NAICS code is 337214 and the small business size standard is 500 employees. The following commercial items are requested: 1. Scope: This requirement is for various office furnishings for MSC SSU GUAM, NBG, Santa Rita, Guam 96915. Items with equal or better quality to those listed below are acceptable. Construction standards shall meet the following specifications: • Drawers are at least ½" thick • Drawer sides and backs are bullnosed for smooth rounded finish • Drawer sides are UV finished on both sides • All construction is a combination of bore and dowel, & tenon and groove depending on the materials being joined 2. Please quote for each line items separately and provide a total "Lot" price for all furniture items to include shipping, and installation of furnishings. Product description and Line Items: Line item 0001, Product Description: Traditional style conference table, Key No. 40678 Manufacturer: National Business Furniture Veneer or Equal Color: Mahogany Quantity: 1 EACH Dimensions: may be from 216"W x 54"D x 30"H Line item 0002, Product Description: Presentation Board, Key No. 80211 Manufacturer: National Business Furniture Veneer or Equal Color: Mahogany Quantity: 1 EACH Dimensions: may be from 48"W x 4"D x 48"H Line item 0003, Product Description: Storage Cabinet, Key No. 31590 Manufacturer: National Business Furniture Veneer or Equal Color: Mahogany Quantity: 1 EACH Dimensions: may be overall 28"W x 29"D x 50"H Seat: 22"Wx20"Dx19-22"H Line item 0004, Product Description High back conference chair, Key No. 52291, Manufacturer: National Business Furniture Veneer or Equal Color: Black Quantity: 14 EACH Dimensions: may be from 72"W x 14 ¾"D x 37"H Line item 0005, Product Description: Leather lounge chair, Key No. 75031, Manufacturer: National Business Furniture Veneer or Equal Color: Black Quantity: 2 EACH Dimensions: may be from 32"Wx34"D x31"H Line item 0006, Product Description: Leather lounge loveseat, Key No. 75032, Manufacturer: National Business Furniture Veneer or Equal Color: Black Quantity: 1 EACH Dimensions: may be from 60"Wx34"D x31"H Line item 0007, Product Description: End table, Key No. 75631-1 Manufacturer: HON National Business Furniture Veneer or Equal Color: Mahogany Quantity: 2 EACH Dimensions: may be from 20"W x 20"D x20"H Line item 0008, Product Description: Nesting table, Key No. 41495 Manufacturer: National Business Furniture or Equal Color: Black Quantity: 12 EACH Dimensions: may be from 72"W x 24"D x 30"H Line item 0009, Product Description: Nesting Table, Key No. 41496 Manufacturer: National Business Furniture Veneer or Equal Color: Black Quantity: 2 EACH Dimensions: may be from 60"W x 24"D x 30"H Line item 0009, Product Description: Nesting chairs, Key No. 56722-1 Manufacturer: National Business Furniture Veneer or Equal Color: Black Quantity: 26 EACH Dimensions: may be overall 24"Wx24"Dx37"H Seat: 18"wx 19"D 3. Delivery Date/Location: • Required Delivery Date: 45 Days ADC • Place of Delivery (FOB Destination/shipping Point): MSC SSU GUAM, NBG, Santa Rita, Guam 96915 • Door-to-door delivery • Installation of furnishings at place of delivery 4. Other Pertinent Information or Special Considerations: a. Packaging, Packing and Shipping Instructions. Industry Standard to ensure safe delivery with minimal to no damage of product. b. Inspection and Acceptance Criteria. At a minimum; deliverables will be inspected and the contractor notified of findings within 10 work days of submission of deliverables by the contractor. *ALL ASSOCIATED SHIPPING AND DELIVERY COSTS MUST BE INCLUDED WITH FINAL QUOTE. DELIVERY OF MATERIALS IS FOB DESTINATION TO GUAM: Military Sealift Command Ship Support Unit Naval Base Guam Santa Rita, Guam 96913 Submit your quote via email to M. Lourdes Leon Guerrero at email: maria.leonguerrero1@fe.navy.mil. Responses to this RFQ must be received via e-mail not later than 0800 on Saturday, 15 Sept 2014 Eastern Time (EDT). Oral quotes will not be accepted. Collect calls will not be accepted. Hand delivered quotes will not be accepted. Emailed quotes must be received at the stated addressees' email inboxes on time and the addressees must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of quotes. It is the contractor's responsibility to request and receive confirmation of quote receipt. The Government has limited capability to accept attachments in quotes and requests that contractors limit quotes to no more than 20 pages. All questions regarding this RFQ must be submitted via email. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. All quotes must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable GSA contract number. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. Quotes must include information and pricing for CLIN 0001 through CLIN 0003 to be considered for award. 1. Price: Prices must be submitted to include shipping to Guam. Prices must also include installation at place of delivery. Do not include a separate CLIN for shipping costs. Shipping costs must be included within the line items listed. This is an all-or-none request; multiple awards will not be made. Offerors must submit pricing information for the individual items. 2. Technical Capability: Specifications including any brand or equal and model numbers must be included with quote for each item. FAR 52.212-2, Evaluation-Commercial Items applies to this request. Award will be based on lowest price technically acceptable. Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications listed under the line items for CLIN 0001-CLIN 0003, including delivery for critical items. All quotes will be ranked based on price. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. 1. Price: Quotes will be ranked first based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. (i) Arithmetic Discrepancies. For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by the offeror. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. 2. Technical: The lowest offeror will move forward to the technical evaluation. If the lowest priced quote is deemed technically unacceptable, the Government will evaluate the technical acceptability of the next lowest offeror and so on until an awardee is identified. The award will be made to the lowest evaluated price whose offer is deemed technically acceptable. TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: 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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.209-6, Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-3, Notice of HUBZone Set-Aside or Sole Source Award; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. FAR 52.232-18 -- Availability of Funds. Additional provisions and clauses that apply to this acquisition are: FAR 52.211-6, Brand Name or Equal; FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.233-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (Frederick Mark, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman. FAR 32.703-2 Contracts conditioned upon availability of funds. The Government's obligation for performance of this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. All quotes, questions, and any requests for more information must submitted in writing and be sent to M. Lourdes Leon Guerrero at maria.leonguerrero1@fe.navy.mil, telephone no. 671 339-3046
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/Building6060/MSCFurniture/listing.html)
- Place of Performance
- Address: Military Sealift Command, Ship Support Unit, Naval Base Guam, Santa Rita, Guam 96913, United States
- Zip Code: 96913
- Zip Code: 96913
- Record
- SN03503902-W 20140911/140910001718-b02d0b7d19e8ad3ee3e6529907f63c66 (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 |