Federal Bid

Last Updated on 27 Mar 2019 at 6 PM
Solicitation
Camp lejeune North carolina

Mattresses and Installation

Solicitation ID M6700117Q1269
Posted Date 14 Jul 2017 at 2 PM
Archive Date 27 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Camp lejeune North carolina United states 28542
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

 

This procurement is set-aside 100% for Small Business in accordance with FAR 19.5002-2(a).

 

The associated North American Industrial Classification System (NACIS) code for this procurement is 337910.  The industry description for this NACIS code is Mattress Manufacturing.  The size standard for this NACIS is 500 employees.

 

Contracting Department, Marine Corps Installations East-Marine Corps Base, Camp Lejeune, NC, is to procure for Mattresses and Installation.  This procurement is conducted in accordance with FAR Part 12, Acquisition of Commercial Items utilizing FAR Part 13, Simplified Acquisition Procedures.

 

Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 12 January 2017 and DFARS Change Notice (DCN) 20161222, effective 22 December 2016.

 

BASIS OF AWARD.  Award will be made to the Lowest Price Technically Acceptable (LPTA) quote.

 

EVALUATION.  The Government intends to make a single Firm Fixed Price award to satisfy this requirement.  Award will be made on the initial evaluation of quotes received in response to this RFQ.  Therefore, quoters are cautioned to ensure that initial quotes contain your best terms from a technical and price standpoint.  The following factor shall be used to evaluate quotes:

 

Technical acceptability:  Technical acceptability will be evaluated in accordance with solicitation requirements to meet the salient characteristics of the following determination factors:

 

Brand Name or Equal to Minimum Specifications:

Description: Minimum to Maximum (Vendor Must Provide all specifications)

1. Width: 36" to 38"

2. Length: 78" to 80" 

3. Thickness: 8" to 9"

4. Provide two-sided Twin XL mattress with 364 double, heat-tempered steel, Bonnell innerspring coils (min 280 coil count) each coil with minimum one turn per inch

5. Min gauge 13.00

6. Edge support with 6-gauge minimum border wire secured to the outer row of perimeter coils by helicals to protect the edges from premature breakdown 7. Wire border must be butt-welded at ends (support seating usage)  

8. All sides shall be completely enclosed with adequate padding so no sharp edges or coils can be felt through sides 

9. Smooth, dark- colored, outer-cover of breathable, soft, and comfortable polyurethane-coated nylon fabric or similar Polybrominated Diphenyl Ether (PDBE) and Polyvinyl Chloride (PVC) material

10. Tape edge seams to resist raveling and zippering if stitches are broken or cut 

11. Mattress shall have a bonded, flame resistant and insulation pad or fire retardant fiber (laminated to the outer cover) on top and bottom as a fire barrier

12. Beneath the fire barrier, a minimum of 2.0 in thick High Resilience (HR) polyurethane high density foam (one piece) with an unfilled density of at least 1.5 pounds per cubic foot and minimum Indentation Load Deflection (ILD) of 30 on both sides of mattress

13. Product must be fluid proof, hypoallergenic, bug resistant, antimicrobial, antistatic, crack resistant, and flame retardant 

14. Meet CPSC 16 CFR 1632 and 16 CFR 1633 

15. WARRANTY: Minimum of 10 year warranty (years 1-5 non-prorated and years 6-10 prorated) to cover manufacturer defects during normal wear and usage. Coverage shall include any damage to bedding material/cover, under normal wear and proper handling that result in the material/cover to split, crack, or collapse.

16. Mattresses will not be shipped in a compressed state.

Delivery/ Services: Demonstrates ability and capability to provide delivery 29 Sep 2017; and

 

Price.  All quotes must be the Contractor's Best Pricing.

 

SAM.  Offerors must be registered in the System for Award Management (SAM) database.  Information in SAM should be current, if not; completion of the attached FAR Provision 52.212-3, Certifications and Representations is required with quotation.  Information on registering in SAM may be obtained from www.sam.gov or calling 866-606-8220.

 

WIDE-AREA WORKFLOW (WAWF)/ iRAPT RECEIPT AND ACCEPTANCE.  As a condition of receipt of any resulting order, the Contractor agrees to implement the Department of Defense (DoD) web-based application.  Information on registering in WAWF/iRAPT may be obtained from https://wawf.eb.mil/xhtml/unauth/registration/notice.xhtml or calling 866-618-5988.

 

SUBMISSION REQUIREMENTS. 

 

QUESTIONS.  Questions related to this RFQ shall be received by the Contracting Department by Wednesday, July 19, 2017, 11:00AM Eastern.  Responses to questions will be provided via Amendment to the RFQ.

 

SUBMISSION OF QUOTES.  Quotes related to this RFQ shall be received by the Contracting Department by the date and time indicated in block 8 on the front page of the solicitation to be considered for award.  The information submitted shall be clear and legible.  Quotes may be submitted via email to Mr. Jean Wagnac, Email:  [email protected].  It is solely the Contractor's responsibility to ensure quotes are received within the required timeframe.  Submission of quotation shall include the following:

 

Technical capability to meet or exceed the requirements outlined in RFQ to evaluate compliance with the requirement, including product literature;

 

Clearly state ability to meet specified delivery 29 Sep 2017;

 

Quoter has completed the annual representations and certification electronically on System for Award Management (SAM) account, if not complete FAR provision 52.212-3 paragraphs (c) through (p);

 

Confirm pricing is open market and not on GSA Schedule; and

 

Provide quoter's CAGE Code and DUNS Number. 

Bid Protests Not Available

Similar Past Bids

Camp lejeune North carolina 28 Jun 2017 at 6 PM
Camp lejeune North carolina 10 Mar 2017 at 7 PM
Camp lejeune North carolina 03 Jun 2019 at 1 PM
Camp lejeune North carolina 19 May 2017 at 11 AM
Apo Ap 22 Mar 2020 at 9 AM

Similar Opportunities

Oklahoma 11 Jul 2025 at 4 AM (estimated)
Oklahoma 11 Jul 2025 at 4 AM (estimated)
Dayton Ohio 25 Jul 2025 at 4 AM (estimated)
Rockville Maryland 11 Aug 2025 at 6 PM
Mississippi 22 Jul 2025 at 6 PM