Indiana Bids > Bid Detail

71--AECW Administrative Furniture

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 71 - Furniture
Opps ID: NBD00159532704987700
Posted Date: Apr 14, 2023
Due Date: Apr 20, 2023
Solicitation No: 04072023001
Source: https://sam.gov/opp/27accf4cfd...
Follow
71--AECW Administrative Furniture
Active
Contract Opportunity
Notice ID
04072023001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 14, 2023 07:48 am EDT
  • Original Published Date: Apr 13, 2023 02:07 pm EDT
  • Updated Date Offers Due: Apr 20, 2023 12:00 pm EDT
  • Original Date Offers Due: Apr 20, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 17, 2023
  • Original Inactive Date: Oct 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 7195 - MISCELLANEOUS FURNITURE AND FIXTURES
  • NAICS Code:
    • 337214 - Office Furniture (except Wood) Manufacturing
  • Place of Performance:
    647 Gatling St Edinburgh , IN 46124
    USA
Description
AMENDMENT NOTICE: 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 04072023001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 1,000.00 employees. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids.

The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on:

2023-04-20 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above.

FOB Destination shall be Edinburgh, IN 46124

The MICC End User requires the following items, Brand Name or Equal, to the following:
LI 001: Break Room Table
Rounded Square table with X Base, Standard Desk Height 30Wx30D
Surface color Walnut
Edge Color Walnut
X base finish Medium Grey, 2, EA;
LI 002: Coffee Table
Table, Round, Square Edge, Straight Leg with glides 30W x 12H
Laminate material with Walnut Finish
Walnut edges
Jet Black Legs, 1, EA;
LI 003: Side Table
Swoop Coffee table, Laminate exposed plywood edge
16" Diameter
Black Legs, 1, EA;
LI 004: Admin Chair
Knoll Task chair or equal , Height Adjustable arms, plastic base, standard cylinder, no lumbar, hard casters.

Black frame
Black mesh back
Foam seat with black faux leather
hard casters
height adjustable arms
adjustable chair height, 16, EA;
LI 005: Knoll Regeneration High Task Chair or Equal
Height Adjustable
Height Adjustable Arms
Hard Casters
Frame Dark
Base Dark Plastic
Flex Back Net color Espresso
Flex Seat color Onyx, 3, EA;
LI 006: Break Room Chairs
Knoll MulitGeneration stacking Chair or Equal
Armless
Frame Finish is black
Shell Color Onyx, 6, EA;
LI 007: Lounge Chair
Club Chair with Wood Legs
32" Wide
Leg Finish Ebony
Split Upholstery Option
Inside and cushion fabric design color is Puddle
Outside Shell color Bolulevard, 2, EA;
LI 008: Sofa 36" wide
Settee with Wood Legs or Equal
Leg Finish Ebony
Split Upholstery Option
Inside and cushion fabric design color is Puddle
Outside Shell color Bolulevard, 3, EA;
LI 009: Admin desk
Knoll series 2 pedestal return with lock, 48Wx24D with series 2 single pedestal Desk with lock, 72Wx30D -- or equal

Walnut worksurface with walnut flat walnut edge.
L Shaped
Medium Grey painted base
Locks keyed alike
one pedestal should be box/box/file second pedestal should be File/File Privacy front one circular cutout on each work surface located at front center, 1, EA;
LI 010: Admin Desk Sit / Stand
Knoll series or Equal
Main Work Surface shall be 69W x 24D with motorized height adjustable legs.
Work Surface Color - Walnut with flat edges in Walnut
Legs shall be Mudium Grey Textured Paint
Half Modesty panel

Second Work Surface shall be 76W x 29D 30H
Walnut colored surface with flat walnut edges. Two pedestals will be used. one pedestal should be box/box/file second pedestal should be File/File
Pedestals keyed alike, 2, EA;
LI 011: Work Station

Work Surface shall be 60Wx30D Walnut Colored with flat Walnut edge.
Two Pedestals with keyed alike locks.
Pedestals will be File/File and Box/box/File. Pedestals will be medium Grey Textured Paint., 2, EA;
LI 012: 60" Credenza File/HA

Rectangular work Surface 60Wx 20D x 30H Walnut Colored with two pedestals. One pedestal will be a file/file with black metal interior and the second pedestal will be access pedestal with hinged doors Black metal interior with adjustable metal shelf. Both pedestals will be Walnut colored and , keyed alike., 2, EA;
LI 013: 60" Credenza File/File

Rectangular work Surface 60Wx 20D x 30H Walnut Colored with two pedestals. Both pedestals will be a file/file 30Wx19Dx28-3/8H Walnut colored with black metal interior, and a medium grey pull handle, pedestals keyed alike., 1, EA;
LI 014: 90" Credenza HA/Ha/HA

Rectangular work surface 90Wx20Dx30H with three pedestals - rectangular work surface 90Wx20Dx1-1/2H Walnut Finish with flat Walnut Edge all pedestals will be access pedestals with hinged doors. 30Wx19Dx28-3/8. Walnut colored black metal interior with adjustable metal shelf medium grey painted pull handle per door. all pedestals keyed alike., 1, EA;
LI 015: 90" Credenza HA/File/HA

Rectangular work surface 90Wx20Dx30H with three pedestals - rectangular work surface 90Wx20Dx1-1/2H Walnut Finish with flat Walnut Edge one pedestal will be a file/file 30Wx19Dx28-3/8H Walnut colored with black metal interior, and a medium grey pull handle the 2nd and third pedestals will be access pedestals with hinged doors. 30Wx19Dx28-3/8. Walnut colored black metal interior with adjustable metal shelf medium grey painted pull handle per door. all pedestals keyed alike., 1, EA;
LI 016: 5 Section Cubicle

Each Cubicle will be 63” tall. Each Cubicle will have the following. One (1) work Surface 72Wx30D with one hole at the center of the surface. Two (2) pedestals. Pedestals will be File/ File and Box/box/File. Pedestal will be medium Grey textured paint. Pedestals will be keyed alike. Cubicle walls will have a fabric finish Pattern/Style Circuit with windows at the top. Cubicle will have one (1) power Outlet and one (1), two (2) port data outlet., 1, EA;
LI 017: 3 Section Cubicle

Each Cubicle will be 63” tall. Each Cubicle will have the following. One (1) work Surface 72Wx30D with one hole at the center of the surface. Two (2) pedestals. Pedestals will be File/ File and Box/box/File. Pedestal will be medium Grey textured paint. Pedestals will be keyed alike. Cubicle walls will have a fabric finish Pattern/Style Circuit with windows at the top. Cubicle will have one (1) power Outlet and one (1), two (2) port data outlet., 1, EA;
LI 018: Reception Desk

Reception Desk “L” shaped will have the following. One (1) work Surface 72Wx30D with one hole at the center of the surface. Second Work Surface shall be 36Wx24D. One Counter Worksurface 72Wx15D. Work Surfaces will be walnut Colored with flat walnut edges. Two (2) pedestals. Pedestals will be File/ File and Box/box/File. Pedestal will be medium Grey textured paint. Pedestals will be keyed alike. Cubicle walls will have a fabric finish Pattern/Style Circuit with windows at the top. Cubicle will have one (1) power Outlet and one (1), two (2) port data outlet., 1, EA;
LI 019: 2 Section Cubicle

Each Cubicle will be 63” tall. Each Cubicle will have the following. One (1) work Surface 72Wx30D with one hole at the center of the surface. Two (2) pedestals. Pedestals will be File/ File and Box/box/File. Pedestal will be medium Grey textured paint. Pedestals will be keyed alike. Cubicle walls will have a fabric finish Pattern/Style Circuit with windows at the top. Cubicle will have one (1) power Outlet and one (1), two (2) port data outlet., 1, EA;
LI 020: Free Standing Wall/Partition Set (5 total Panels per Set)
Zori Freestanding Screen frosted Acrylic with laminate Lower or Equal.

Panel 1
24Dx60Wx66H Paint finish Medium Tone, Laminate Pecan Walnut, Acrylic Frosted

Panel 2
230x60Wx66H Paint finish Medium Tone, Laminate Pecan Walnut, Acrylic Frosted

Panel 3 (QTY 2)
48Wx66H Paint finish Medium Tone, Laminate Pecan Walnut, Acrylic Frosted

Panel 4
60Wx66H Paint finish Medium Tone, Laminate Pecan Walnut, Acrylic Frosted, 2, EA;
LI 021: Incidental Installation, 1, 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 https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace 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 End User 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 https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com. Offerors that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.

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--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 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, Primary and ALT III, Transportation of Supplies by Sea.

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance

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.

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, for the extended description here is the website: https://www.acquisition.gov/

The associated North American Industrial Classification System (NAICS) code
for this procurement can be found. The small business size
standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf

5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (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 Government Accountability Office (GAO) 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 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below.

Headquarters U.S. Army Materiel Command

Office of Command Counsel-Deputy Command Counsel

4400 Martin Road

Rm: A6SE040.001

Redstone Arsenal, AL 35898-5000

Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil

The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/.

If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material
inspection and receiving report"

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.

Wide Area WorkFlow Payment Instructions

252.204-7012 Safeguarding of Unclassified Controlled Technical Information

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.

No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.

Wide Area WorkFlow Payment Instructions

Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.

In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product.
****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****

Reporting During Contract Performance

Equal Opportunity
Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >