The RFP Database
New business relationships start here

REPLACEMENT SYSTEMS FURNITURE


Oklahoma, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

REPLACEMENT SYSTEMS FURNITURE

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; proposals are being requested and a written solicitation will not be issued.

The solicitation number for this procurement is 140A0819Q0004 and is issued as a Request for Quote (RFQ).

The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-101.

This solicitation is an Indian Small Business Economic Enterprise (ISBEE) set-aside. Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian Economic Enterprises (Subpart 1480.8) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. As part of your quote, you must complete and return DIAR Clause 1452.280-4 (see below in clauses/provisions).

The associated North American Industry Classification System code (NAICS) is 337215 -Showcase, partition, shelving, and locker manufacturing, and the size standard is 500 employees. Please ensure that the vendor's SAM information is up to date, active, and reflects the business size under NAICS CODE 337215. Your SAM information has to be correct to be eligible for award.

The Bureau of Indian Affairs, Eastern Oklahoma Regional Office, intends to award a firm-fixed price contract for the following system furniture:

Pricing Schedule

Name Brand of Comparable to:

CLIN 010: Compatico AO2 System Furniture, QTY 25 cubicles
Specifications: panel walls with electrical outlets, 1.5 to 2 inches thick, no higher than 90 inches tall and no lower than 84 inches tall.
Fabric and laminate color choices must be comparable to the Advantage Plus grade offered by Compatico.
See statement of work for more specifications.

Price per Item $___________________________________

Total Line Price $__________________________________

CLIN 020: REMOVAL OF EXISTING FURNITURE
Please note: Dumpster is provided by the government, just need existing furniture dumped in provided dumpster

Total Line Price $__________________________________

CLIN 030: INSTALLATION OF FURNITURE

Total Line Price $__________________________________

Total Price $_____________________________


SITE VISIT: A site visit is scheduled for January 10, 2018 at 10:00 a.m. If a different time or date is needed please contact Katheryn Impson at Katheryn.impson@bia.gov or (918)781-4612. This site visit is subject to change please check FBO or Fedconnect for changes.
Please have samples of laminate and fabric options available at the site visit.

The delivery location is The Bureau of Indian Affairs, Real Estate Services, Trust, Title and Income, POC: Khadney Payne (918)781-4633. Delivery and installation will be during normal office hours, Monday-Friday, 8:00-4:30.

FAR 52.212-2 - EVALUATION - COMMERCIAL ITEMS (OCT 2014)
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical with delivery as a sub factor and Past Performance. This will be a best value selection.

1) Technically Acceptable - In order to be technically acceptable, offers must meet or exceed the specifications, and other terms and conditions in the solicitation and any subsequent amendments.
Sub factor (a) Delivery - Offeror must be able to make the delivery and installation date requested in the RFQ. Delivery date will be April 16, 2019 which is 60 business days from anticipated award date, January 22, 2019. If award date is later than January 22. 2019 then the delivery date will be moved to 60 business days from the date of award.

2) Past Performance - Please provide information on (3) past purchase orders similar to the scope and size of this requirement.
The offeror's quote will be evaluated to determine the extent to which its past performance demonstrates the likelihood of successful performance in providing requirements similar in size, scope and complexity to the requirements identified in the RFQ. The evaluation will consider both the relevance and quality of past projects. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources. The information gathered for past performance may also be used in the responsibility determination. An Offeror without relevant past performance will receive a neutral rating (i.e., neither favorable nor unfavorable).

The evaluation of Past Performance will reflect the consideration of all relevant agency/customer information that is available to the Government, including both the information received from the offeror's references and information obtained from other sources.

Technical, delivery, and past performance, when combined, is significantly more important than cost or price.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of provision)


FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS
The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov . If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision.
FAR 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEM
All terms and conditions identified under this FAR Clause are applicable to this Request for Quotation.
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS and FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (DEVIATION), applies to this acquisition. The clauses cited within this clause as indicated below are applicable: 52.203-6, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4.
FAR Clauses incorporated by reference: 52.202-1, 52.204-7, 52.211-6, 52.217-8, 52.232-1, 52.232-25, 52.232-39, 52.237-2, 52.243-1, 52.244-6, 52.246-2, 52.246-16, 52.247-34, 52.249-1 and 52.249-8.

52.237-1 - Site Visit (Apr 1984)

Offerors or quoters are urged and expected to inspect 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. In no event shall failure to inspect the site constitute grounds for a claim after contract award.

(End of Provision)

52.211-6 - Brand Name or Equal (Aug 1999)
(a) If an item in this solicitation is identified as B?brand name or equal,B? the purchase description reflects the characteristics and level of quality that will satisfy the GovernmentB?s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including B?equalB? products of the brand name manufacturer, must:
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by:
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)
DIAR Clauses Incorporated by Reference

1452.280-1 Notice of Indian small business economic enterprise set-aside. (JUL 2013)

1452.280-2 Notice of Indian economic enterprise set-aside. (JUL 2013)

1452.280-4 Indian Economic Enterprise Representation (JUL 2013)

The offeror represents as part of its offer that it [ ] does [ ] does not meet the definition of Indian economic enterprise as defined in 1480.201.

1452.233-2 Service of Protest

OMB MEMORANDUM M-11-32 Accelerating Payments to Small Businesses for Goods and Services
this policy requires agencies to accelerate payment to small business prime contractors to the full extent permitted by law with the goal of making payment within 15 days of receipt of a proper invoice. In return, prime contractors are expected to accelerate payment to small business subcontractors when they receive accelerated payments from the Government.

DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.
Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: copy of company invoice; must also be emailed to khadney.payne@bia.gov and Katheryn.impson@bia.gov.

The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.

(End of Clause)

Quote Submission Information: To be considered for award, vendors must quote on all items listed in the solicitation. Quote submissions must include the following:

1.    Sections 17a, 23, 24, 30a, 30b, and 30c completed per the attached SF 1449 document (INCLUDE DUNS NUMBER in this section)
2.    Pricing schedule completed as listed in this document, include specifications
3.    Completion of clause 1452.280-4 Notice of Indian Economic Enterprise Set-Aside as located within the Clauses section
4.    Past performance information requested in the evaluation section of solicitation


All questions shall be submitted via email to Katheryn Impson at Katheryn.impson@bia.gov. NO PHONES CALLS PLEASE. Please reference solicitation number 140A0819Q0004 in subject line of the email. Quotes are due on Thursday, 24 January 2019 at 12:00 pm (CST). Quotes may be sent via email to Katheryn.impson@bia.gov. Quotes shall be good for 30 calendar days after close of RFQ.

Offerors should check the FedBizOpps/FedConnect websites often for any solicitation amendments.

*This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. Potential contractors must also have the NAICS code associated with this solicitation listed in their SAM profile.

Impson, Katheryn

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP