Federal Bid

Last Updated on 28 Jun 2019 at 2 AM
Combined Synopsis/Solicitation
Hampton Virginia

71 -- Workstation furniture

Solicitation ID FA4800-08-Q-MC01
Posted Date 07 Mar 2008 at 5 AM
Archive Date 27 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4800 633 Cons Pkp
Agency Department Of Defense
Location Hampton Virginia United states 23665
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. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-08-Q-MC01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. This serves as an intent to award sole source to Chasen?s Business Interiors Inc, 7100 Forest Ave Ste 100, Richmond, VA 23226-3742, and set aside 100% for a small business. The associated NAICS code is 423210 with a 500 employee size standard. This RFQ contains 36 line items. The line item descriptions are as follows including installation and must be compatible with existing furniture:Items Description (Herman Miller & Bretford Manufacturing Only) Quantity 1 PNF3048-01 Fixed Table - Trans C Base Laminate w/ 3mm PVC edge w/ grommet holes 28 2 PNF3072-01Fixed Table-Trans C-Base Laminate w/3mm PVC Edge w/grommet holes 2 3 PHB5421-LAM Media Cart w/ tall 21"H laminate cabinet to fit CPU Towers 1 4 CPU555 CPU Holder 56 5 E1108.36L Dr Frame w/Dr L Swing 36W 1 6 E1108.36R Dr Frame w/Dr R Swing 36W 1 7 E1690.MWS Dr Lever Handle, Lock Set/Std Bevel 2 8 E1103.3830N Frm, Grvd Side Cvrs, No Drw Rd, Npwr No Access 38H 30W 11 9 E1103.3848G Frm, Grvd Side Cvrs, No Drw Rd, Pwr 4-Circ w/ Com Pt Lc 38H 48W 25 10 E1103.8642N Frm, Grvd Side Cvrs, No Drw Rd, Npwr No Access 86H 24W 2 11 E1103.8630N Frm, Grvd Side Cvrs, No Drw Rd, Npwr No Access 86H 30W 4 12 E1103.8642N Frm, Grvd Side Cvrs, No Drw Rd, Npwr No Access 86H 42W 4 13 E1120.38 Draw Rod 38H 17 14 E1120.86 Draw Rod 86H 9 15 E1210.86 Wall Start 86H 3 16 E1220.38SRN Conn, 2-way 90 Vinyl, Npwr 38H 1 17 E1230.38SE Conn, 3-way 90 Vinyl, Pwr 38H 10 18 E1230.86SN Conn, 3-way 90 Vinyl Npwr 86H 2 19 E1250.38S Fin End, Std 38H 11 20 Rcp, 4-Circ A Duplex 6/pkg 1 21 SA178742 Power Entry, Ceiling, Int Direct Conn, Conn/Frame Atchd, 4-Circ Pwr 38H 5 22 E1311.A Rcp, 4-Circ A Duplex 6/pkg 5 23 E1311.B Rcp, 4-Circ B Duplex 6/pkg 1 24 E1311.C Rcp, 4-Circ C Duplex 6/pkg 1 25 E1311.D Rcp, 4-Circ D Duplex, Dedicated 6/pkg 5 26 E1353.48E Harness, Beltline, 4-Circ, Std Pwr Conn 48W 25 27 E1356.CE Harness, Pass-Thru Conn, 3-way 90 Conn, Pwr 5/pkg 3 28 E1341.3E Power Jumper, 4-Circ, 4th 8H Tile Above Base 5 29 E1420.0848F Tile, Face Fabric 08H 48W 4 30 E1420.1648F Tile, Face Fabric 16H 48W 50 31 E1426.3230 Tile, Marker 32H 30W 5 32 E1426.3242 Tile, Marker 32H 42W 4 33 E1432.0848F Tile, Cable Access Fabric 08H 48W 20 34 V-wall - floor to ceiling product, approx. 60' w/ 2 3ft doors per QM8020 to match existing 1 35 46-3620-69 Stg Case, Std Pull 36W 20D Case Hgt 65 5/8H 4 36 FZ1A-6-3620 Stg Cab, Flx Frstnd, 6 doors, frnt face 70 1/2H 36W 20D 3 FOB point is Destination (Langley AFB,VA). The required delivery date is 30 days after date of contract. PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.232-7003, Electronic Submission of Payment Request, DFARS 252.246-7000, Material Inspection and Receiving Report. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A. Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer Anissa Ragland (addressed as follows) by obtaining written and dated acknowledgement of receipt from 1st Contracting Squadron, Attn: TSgt Anissa Ragland, 74 Nealy Avenue, Langley AFB, VA 23665-2088. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC SSgt Mark Caesar at 1 CONS/LGCB, 74 Nealy Avenue, Langley AFB, VA 23665-2088. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who?s quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), price, and past performance, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 11 March 2008, 0900 pm, Eastern Standard Time (EST) to the 1st Contracting Squadron/LGCB, Attn: SSgt Mark Caesar, Contract Administrator, Commercial Phone 757-764-7460, Fax 757-764-7447, E-mail [email protected], LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT SSgt Mark Caesar, Contract Administrator, Phone 757-764-7460, Fax 757-764-7447, [email protected] Anissa Ragland, Contracting Officer, Phone 757-764-7483, Fax 757-764-7447, [email protected] Email your questions to Mark Caesar at [email protected]
Bid Protests Not Available

Similar Past Bids

Washington District of columbia 21 Sep 2004 at 5 AM
Anchorage Alaska 24 Oct 2012 at 6 PM
Mountain home air force base Idaho 06 May 2004 at 5 AM
Fort meade Maryland 17 Jul 2020 at 1 PM

Similar Opportunities

North richland hills Texas 14 Jul 2025 at 7 PM
Location Unknown 17 Jul 2025 at 7 PM
Hill air force base Utah 16 May 2026 at 4 AM