Federal Bid

Last Updated on 24 Sep 2014 at 10 AM
Combined Synopsis/Solicitation
Marine Illinois

Acquisition of Kimball Office Furniture

Solicitation ID NAAJL180-14-00510
Posted Date 04 Sep 2014 at 3 PM
Archive Date 24 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location Marine Illinois United states

This solicitation is being issued as Request for Quote (RFQ).  Written quotes are being requested.  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.  This is a solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division-Kansas City (EAD-KC), 601 East 12th Street, Room 1734, Kansas City, MO 64106.  The requirement is to provide Kimball International office furniture for three (3) executive offices.  Please see attached product listing.

This RFQ and the following incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76.  This procurement is set-aside 100% for small business and the associated NAICS code is 337211 with a size standard of 500 employees. All items under this contract shall be FOB Destination and the place of acceptance is NOAA/Office of Marine and Aviation Operations  (OMAO) located in Silver Spring, MD 20910.

 

EAD-KC requires that all contractors to be eligible for award, the quoter must be registered in the System for Award Management (SAM.gov) database and complete the “Core Data”, “Assertions”, “Representations and Certifications”, and “Points of Contact”.  No award can be made to a company not registered in SAM. 

 

For more information on SAM.gov please view:

http://www.acquisition.gov/SAM_Guides/Quick%20Guide%20for%20Contract%20Registrations%20v1.pdf

 

For additional information and to register in SAM, please access the following web site: http://www.sam.gov.  

 

In order to register, all firms must have a Dunn & Bradstreet Number.  A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. 

 

CLAUSES AND PROVISIONS

 

The following FAR (52) and CAR (1352) clauses  incorporated into this solicitation:

     FAR 52.212-1, Instructions to Offerors-Commercial (July 2013)

     FAR 52.212-3, Offeror Representations and Certifications (Nov 2013)

     FAR 52.212-4, Contract Terms and Conditions –Commercial Items (May 2014)

     FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (May 2014) with the following clauses included:

 (b)(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013)

(b)(8) 52.209-6, Protecting the Government’ Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013)

(b)(14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)

(b)(18) 52.219-13 Notice of Set-Aside of Orders (Nov 2011)

(b)(25) 52.219-28, Post Award Small Business Program Representation (July 2013)

(b)(28) 52.222-3, Convict Labor (Jun 2003)

(b)(29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014)

(b)(30)  52.222-21, Prohibition of Segregated Facilities (Feb 1999)

(b)(31) 52.222-26, Equal Opportunity (Mar 2007)

 (b)(33) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)

 (b)(40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)

(b)(41) 52.225-1, Buy American Act – Supplies (May 2014)

(b)(44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)

(b)(50) 52.232-33, Payment by Electronic Funds Transfer – System for Award Management (July 2013)

     FAR 52.204-7, System for Award Management (July 2013)

     FAR 52.204-13, System for Award Management Maintenance (July 2013)

     FAR 52.232-39 Unenforceability of Unauthorized Obligations (June 2013)

     FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

     FAR 52.252-1, Solicitation Provisions Incorporated by Reference

Fill ins – http://farsite.hill.af.mil/vffara.htm for the FAR and http://farsite.hill.af.mil/vfcara.htm for the CAR (Feb 1988)

     FAR 52.252-2, Clauses Incorporated by Reference (Feb 1988) – Fill-ins are the same as 52.252-1.

     FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984)

     CAR 1352.201-70, Contracting Officer’s Authority (Apr 2010)

     CAR 1352.209-73, Compliance with the Laws (Apr 2010)

     CAR 1352.209-74, Organizational Conflict of Interest (Apr 2010)

     CAR 1352.246-70, Place of Acceptance (Apr 2010) NOAA/OMAO (Silver Spring, MD 20910)

     CAR 1352.233-70, Agency Protests (Apr 2010)

(a) An agency protest may be filed with either: (1) The contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 FR 16,651 (April 6, 1999).

(b) Agency protests filed with the Contracting Officer shall be sent to the following address:   

    Steven Prado, NOAA, EAD-KC

    601 East 12th Street, Room 1734

   Kansas City, MO  64106

(c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address:

    U.S. Department of Commerce Office of the General Counsel Chief

    Attn:  Lauren Diduik

    Contract Law Division, Room 5893

    Herbert C. Hoover Building

    14th Street and Constitution Avenue N.W

    Washington, D.C. 20230

    Fax: (202)482-5858

(d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority.

(e) Service upon the Contract Law Division shall be made as follows:

    U.S. Department of Commerce

    Office of the General Counsel

    Lauren DiDuik, Chief Contract Law Division

    Room 5893

    Herbert C. Hoover Building

    14th Street and Constitution Avenue, NW.

    Washington, DC 20230

    FAX: (202) 482–5858.

                    (End of clause)

     CAR 1352.233-71, GAO and Court of Federal Claims Protests (Apr 2010)

 

To access a copy of the above clauses and provisions, you can visit http://farsite.hill.af.mil/vffara.htm for the FAR and http://farsite.hill.af.mil/vfcara.htm for the CAR. 

 

BRAND NAME JUSTIFICATION is an attachment to this announcement.

KIMBALL FURNITURE PRODUCT LIST is an attachment to this announcement.

PRICE/QUOTE:

The Government intends to make an award to the responsive responsible quoter offering the lowest evaluated quotation price that meets or exceeds the acceptability standards of the non-cost factors.

Per FAR Clause 52.212-4(k), Taxes, the resulting purchase order price includes all applicable Federal, State and local taxes and duties.  A tax exempt certificate will not be provided.

Quotes submitted in response to this notice shall include the following factors on a pass/fail basis in order to be considered responsive to this request:

1.       1.  Pricing (per unit and grand total) for each of the items listed on the attached Kimball product listing.

2.       2.  Offeror Representations and Certifications (complete FAR 52.212-3) or certify completion in SAM at https://www.sam.gov/portal/public/SAM).

3.      3.   Provide your DUNS Number      

4.      4.   Past Performance References (no more than 3):  The offeror’s past performance on related contracts will be used to evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction.  Past performances references shall include the following information:  company name, address, contact person’s name, phone number and e-mail address and the date of completion of that work.

5.       5.  Your response to CAR 1352.209-74(c), Organizational Conflict of Interest

6.       6.  Mark (2)(a) and (2)(b) on the last page of this document.

7.       7.  Your estimated date of delivery for all items listed in the attached Kimball Product Listing

A successful quotation will contain the quotation and items 1-7 listed above for quotation evaluation.

Quotations must be submitted signed and dated no later than 2:00 PM (Central) on September 9, 2014 to James Moore via email only.  James Moore’s email address is [email protected]


 

Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) {March 2014}

 

(1) In accordance with Sections 536 and 537 of Division B of Public Law 113-76 Consolidated Appropriations Act, 2014, none of the funds made available by Consolidated Appropriations Act, 2014 funding may be used to enter into a contract with any corporation that-

 

(a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and has made a determination that this further action is not necessary to protect the interests of the Government, or

 

(b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.

(2) The Offerer represents that, as of the date of this offer -

 

(a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

 

(b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.

 

(End of provision)

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 24 Aug 2009 at 7 PM
Pennsylvania Not Specified
West virginia 24 Jan 2023 at 5 AM
Jber Alaska 01 Apr 2004 at 5 AM
Honolulu Hawaii 22 Jun 2021 at 7 PM

Similar Opportunities

Christopher Illinois 18 Jul 2025 at 4 PM
Newport Oregon 18 Jul 2025 at 4 PM
Gaithersburg Maryland 16 Jul 2025 at 8 PM
Location Unknown 21 Nov 2025 at 5 AM (estimated)