Federal Bid

Last Updated on 03 Jan 2018 at 9 AM
Combined Synopsis/Solicitation
J b p h h Hawaii

72--IRONING BOARD, CLOTHES IRON, IRON ORGANIZER

Solicitation ID N0060417Q4040
Posted Date 29 Jun 2017 at 5 PM
Archive Date 03 Jan 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location J b p h h Hawaii United states 96860
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 N0060417Q4040 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-07-07 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be JB Pearl Harbor Hickam, HI 96860

The FLC - Pearl Harbor requires the following items, Purchase Description Determined by Line Item, to the following:
LI 001: T-LEG IRONING BOARD WITH PAD: 13W X 53L,1-1/8" diameter tubular steel; riveted T-Leg frame construction in black with perforated surface; infinite height adjustment with 35" range; non-marring fitted friction feet. Two-piece cover with 3/16" thick high-density foam pad and pearlescent scorch and stain resistant cover; drawcord closure; cover color charcoal. Provide a brochure with specifications and pictures. Evaluation of quote in accordance with DFARS PGI 225.5. Provide a copy of FAR 52.225-2 Buy American Certificate., 1922, EA;
LI 002: IRON (Auto shut off iron with retractable cord): Color black with gray accents, full-size iron shuts off automatically 30 seconds in the down position and 15 minutes in the upright position. Features spray, variable steam and vertical steam. Self-cleaning and non-stick soleplate finish that won't cling to fabric. 8-ft power cord retracts for storage. 1-cup water tank. 1200W, 120v, 60Hz, ETL/CETL-Approved. 1-year warranty. Provide a brochure with specifications and pictures. Evaluation of quote in accordance with DFARS PGI 225.5. Provide a copy of FAR 52.225-2 Buy American Certificate., 1922, EA;
LI 003: IRON ORGANIZER (iron and ironing board holder): Color black, made of burn-resistant materials; coated board hooks. Large drop-in storage platform secures iron. Silicone pads minimize scuffling of soleplate. Stores cord up to 12’L; easy to install; mounting hardware is included. Provide a brochure with specifications and pictures. Evaluation of quote in accordance with DFARS PGI 225.5. Provide a copy of FAR 52.225-2 Buy American Certificate., 1922, EA;
LI 004: SHIPPING JB Pearl Harbor Hickam, HI 96860., 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 www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***

For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award.

Offer period: Bid MUST be good for 30 calendar days after close of Buy.

FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar

DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/

SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company.

52.203-18: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation

52.203-19: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements

52.204-7: System for Award Management

52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards

52.204-13: SAM Maintenance

52.204-16: Commercial and Government Entity Code Reporting

52.204-18: CAGE Maintenance

52.204-19 Incorporation by Reference of Representations and Certifications

52.209-6: Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

52.209-11: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law

52.212-1: Instructions to Offerors -- Commercial Items

52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items

52.212-4: Contract Terms and Conditions--Commercial Items

52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items

52.219-4: Notice of Price Evaluation for HUBZone Small Business Concerns

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: Equal Opportunity for Workers With Disabilities

52.222-50: Combating Trafficking in Persons

52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving

52.225-13: Restriction on Certain Foreign Purchases

52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs

52.232-33: Payment by Electronic Funds Transfer - SAM

52.232-39: Unenforceability of Unauthorized Obligations

52.232-40: Providing Accelerated Payments to Small Business Subcontractors

52.247-34: FOB Destination

52.252-1: Solicitation Provisions Incorporated by Reference

52.252-2: Clauses Incorporated by Reference

252.203-7000: Requirements Relating to Compensation of Former DOD Officials

252.203-7002: Requirement to Inform Employees of Whistleblower Rights

252.203-7005: Representation Relating to Compensation of Former DoD Officials

252.204-7003: Control of Government Personnel Work Product

252.204-7004 Alt A: System for Award Management

252.204-7008: Compliance with Safeguarding Covered Defense Information Controls

252.204-7011: Alternative Line Item Structure

252.204-7012: Safeguarding of Unclassified Controlled Technical Information

252.204-7015: Disclosure of Information to Litigation Support Contractors

252.223-7008: Prohibition of Hexavalent Chromium

252.225-7001: Buy American Act & Balance of Payments Program

252.225-7002: Qualifying Country Sources as Subcontractors

252.225-7048: Export- Controlled Items

252.232-7003: Electronic Submission of Payment Requests and Receiving Reports

252.232-7006: Wide Area Workflow Payment Instructions

252.232-7010: Levies on Contract Payments

252.244-7000: Subcontracts for Commercial Items

252.247-7023: Transportation of Supplies by Sea

Bid Protests Not Available

Similar Past Bids

Taylor Pennsylvania 11 Aug 2009 at 12 PM
Location Unknown 11 Nov 2021 at 5 AM
French camp California 13 Aug 2007 at 4 AM