Furniture and Furnishings for Lodging Rooms

expired opportunity(Expired)
From: Federal Government(Federal)
1645BC-18-R-00003

Basic Details

started - 21 Mar, 2018 (about 6 years ago)

Start Date

21 Mar, 2018 (about 6 years ago)
due - 10 Apr, 2018 (about 6 years ago)

Due Date

10 Apr, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
1645BC-18-R-00003

Identifier

1645BC-18-R-00003
Department of Labor

Customer / Agency

Department of Labor
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation 1645BC-18-R-00003 is being issued as a Request for Proposals (RFP), to provide various furniture and furnishings for the Mine Safety & Health Academy, a division of the U.S. Department of Labor's Mine Safety & Health Administration, located at 1301 Airport Road, Beaver, West Virginia, The North American Industry Classification System (NAICS) code is 337127 with a small business size standard of 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-97. This requirement is being competed as a partial small business set-aside.Offerors are encouraged to read the solicitation package in its entirety to fully become aware of the
requirements of this solicitation. The Government may consider proposals that fail to follow all instructions to be unacceptable and ineligible for contract award.This Request for Proposals contains product specifications and a statement of work outlining the required delivery and installation. If any part of the work will be subcontracted, the proposal must reflect the tasks to be performed by both the prime and subcontractor.Type of ContractA firm fixed price contract(s) is/are anticipated for this project. The Government reserves the right to make multiple awards.QuestionsAny questions are due by Monday, March 26, 2018 at 3:00 PM EST. Questions not received by this deadline may not be considered. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Questions must be submitted in writing via email to Contract Specialist Rhonda Sizemore at sizemore.rhonda@dol.gov. Please use the Solicitation Number in the subject of the email. No telephone calls will be accepted.Proposal DeadlineOfferors shall submit their proposals so that MSHA receives them not later than 3:00 PM Eastern Standard Time on Tuesday, April 10, 2018. FAXED proposals shall not be accepted. E-mail quotations shall be accepted at Sizemore.Rhonda@dol.gov. Please reference the solicitation number in the subject line of email communications. Offerors proposals shall not be deemed received by the Government until the proposal is entered in the e-mail box set forth above.Mailed proposals shall be sent to the US Department of Labor, Mine Safety & Health Administration, Acquisition Management Division, Attn: Rhonda Sizemore, 1301 Airport Road, Beaver, West Virginia, 25813. All offerors should ensure the solicitation number is visible on the outermost packaging.Because of heightened security, electronic delivery methods are the preferred method of delivery of proposals. If proposals are hand-delivered, the offeror must confirm that someone in the Acquisition Management Division is available to accept the delivery. MSHA is a guarded facility and a photo ID is required for access to the site.Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://www.sam.gov. Registration is free.All products offered must be new. Refurbished, used, or "gray market" items will not be accepted. The item must be eligible for all manufacturer warranties and other ancillary services or options provided by the manufacturer.All products meet or exceed the salient characteristics identified in the Product Specifications.DeliveryDelivery shall be FOB DESTINATION and shall occur within approximately 30 days after receipt of order. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all Line Items to:The U.S. Department of LaborMine Safety & Health Administration1301 Airport RoadBeaver, WV 25813WarrantyThe contractor shall provide the standard commercial warranty for all items.FAR PROVISIONS:Addendum to FAR 52.212-1, Quotation Preparation InstructionsProposals shall acknowledge any amendments to the solicitation. The offeror's proposal shall consist of three separate volumes. The Volumes are: I-Technical, II Past Performance, and III-Price.1) Technical Proposal: The offeror shall submit an original and one copy of the technical proposal. If the proposal is submitted electronically, additional copies are not required. The technical proposal shall address the following:2) Past Performance: The offeror shall submit an original and one copy of its past performance references. If the proposal is submitted electronically, additional copies are not required.3) Price Proposal: Offerors shall use the attached SF1449 to submit their pricing. The offeror shall submit an original and one copy of the completed priced schedule. If the proposal is submitted electronically, additional copies are not required. The price proposal shall be separate from any other portion of the proposal. The offeror shall propose a firm fixed-price, FOB Destination. Price proposals for Phase I shall remain valid for a period of 60 days from the date proposals are due. Phases II and III are optional line items that the Government may exercise within 12 months from the date of award. Pricing for Phases II and III shall remain valid for 12 months.4) Acceptance of Terms and Conditions: This is an open-market solicitation for furniture and furnishings as defined herein. The Government intends to award a contract or contracts as a result of this solicitation that will include the clauses set forth herein. The contractor must clearly state if it has any exceptions to the clauses included in the solicitation along with a rationale for each.5) Completed Provisions. The Offeror shall complete and submit with its Technical Proposal FAR provisions 52.209-2, 52.209-11, and 52.212-3 contained within the solicitation.Page Count. The page count is as follows:Proposal Part Page CountVolume I - Technical NTE 30 pages, excluding covers, title pages, executive summaries, table of contents and supporting documentation.Volume II - Past Performance NTE 10 pages, excluding covers, title pages, executive summaries, and table of contents.Volume III - Price No Page LimitationThose pages that exceed the page counts for each volume or attachment will not be evaluated.All information shall be confined to the appropriate volume. The offeror shall confine submissions to essential matters, sufficient to define the proposal details, in a concise manner, to permit a complete and accurate evaluation of each proposal..1. Technical Capability2. Past Performance3. Price.The Government shall not be responsible for compensating the Contractor for anycosts tied to solicitation requirements but not factored into the proposed prices, either by the Contractor's intention or by mistake.52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014)Addendum to FAR 52.212-2 (Evaluation Criteria)Basis for Award: The Government will make award to the lowest priced technically acceptable responsible offeror using the following evaluation criteria:(1) Technical Acceptability. Each offeror's quotation will be evaluated to determine if it meets the technical requirements as follows:A) Technical Factor I:- The offeror shall submit a technical description and color photo(s) for each item it is proposing, which clearly identifies the manufacturer and part number, each technical specification, and warranty information. The offeror must demonstrate that its proposed item meets each technical specification described in the product specification/statement of work. If applicable, evidence that the Offeror is authorized by the original manufacturer to provide the items in the proposal shall be included. No used or refurbished products will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. MSHA will evaluate whether the offeror has demonstrated that its proposed items meets or exceeds all technical specifications. Quotations that do not demonstrate the proposed items meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed item meets a certain minimum requirement, MSHA will determine that it does not.B) Technical Factor II: The contractor demonstrates its ability to meet the delivery schedule specified in the Product Specifications/Statement of Work (approximately 30 days after receipt of order).C) Technical Factor III: For items requiring both delivery and installation, the contractor demonstrates that it has the experience to deliver and install the required products using fully trained and qualified personnel.The Government shall evaluate the offeror's technical quote using the ratings and description in Table 1 to determine whether the quote is acceptable or unacceptable.Table-1. Technical Acceptable/Unacceptable RatingsRating DescriptionAcceptable Quote: Clearly meets the minimum requirements of the solicitation.Unacceptable Quote: Does not clearly meet the minimum requirements of the solicitation.(2) Past PerformanceThe Government will evaluate past performance of 3 current or previous contracts for relevancy (within the last 3 years) based on how well the contractor performed on contracts of similar dollar value, scope, and complexity. Offerors submitting past performance information shall include the following information: 1) Contract Number; 2) Brief Description of the Effort; 3) Award Amount; 4) Period of Performance; 5) Reference contact name, title, telephone number, and/or email. The absence of past performance data will be rated neither favorably nor unfavorably; the offeror shall be determined to have unknown past performance. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision.Past Performance shall be evaluated using the ratings and descriptions in Table 2.Table 2. Past Performance Evaluation RatingsRating DescriptionAcceptable: Based on the offeror's performance record, theGovernment has a reasonable expectation thatthe offeror will successfully perform therequired effort, or the offeror's performancerecord is unknown.Unacceptable: Based on the offeror's performance record, theGovernment has no reasonable expectation thatthe offeror will be able to successfully performthe required effort.If an offer receives a rating of Unacceptable in any of the evaluation criteria, it will be ineligible for award. Award(s) will be made to the offeror with the lowest price whose quote is Acceptable.(3) Price Proposal: The offeror shall submit an original and one copy of the completed priced schedule. If the proposal is submitted electronically, additional copies are not required. The price proposal shall be separate from any other portion of the proposal. The offeror shall propose a firm fixed-price, FOB Destination, including delivery, installation (if applicable), and warranty IAW the product specs and SOW. Price proposals for Phase I shall remain valid for a period of 60 days from the date proposals are due. Phases II and III are optional line items that the Government may exercise within 12 months from the date of award. Pricing for Phases II and III shall remain valid for 12 months. Price will be evaluated for fairness and reasonableness. Provisions and Clauses:See attached SF 1449 for remaining applicable provisions and clauses. Contractors shall utilize the line items on the attached SF 1449 to submit pricing.Product Specifications/Statement of WorkU.S. DEPARTMENT OF LABORMINE SAFETY HEALTH ADMINISTRATIONNATIONAL MINE HEALTH AND SAFETY ACADEMY1301 AIRPORT ROAD, BEAVER, WV 25813SPECIFICATIONS/STATEMENT OF WORKOBJECTIVEThe objective of this procurement is to purchase furnishings needed to update lodging rooms at the National Mine Health and Safety Academy (Academy), a training facility with 174 dormitory style rooms. The Academy operates under the Department of Labor, Mine Safety and Health Administration. The Government anticipates purchasing the needed furnishings in three phases, over a period of 12 months which are outlined in this document. Phase I is guaranteed, with Phases II and III being optional based on the availability of funds. The total furnishings anticipated to be purchased are as follows:Total furnishings anticipated to be purchased in all three phases are as follows: 1 King Sleigh Bed with Storage, 1 King Size Mattress, 1 Media Table, 22 Queen Sleigh Beds with Storage, 22 Queen Headboards, 2 Full Headboards, 47 Nightstands, 22 Accent Chairs (Light Grey), 22 Accent Chairs (Charcoal), 62 Leather Accent Chairs (Dark Brown), 63 Leather Accent Chairs (Light Brown), 22 Desk Chairs (Light Grey), 23 Desk Chairs (Charcoal), 62 Desk Chairs (Light Brown), 63 Desk Chairs (Dark Brown), 168 Mini Refrigerator/Freezer Combos, 49 Mini Refrigerator/Microwave Combo Cabinets (Cherry), 125 Mini Refrigerator/Microwave Combo Cabinets (Mahogany), 43 Console Tables, 8 Wardrobes, 233 Bed Linens, 336 Pillows, 3 Sleeper Sofas, and 2 Refrigerators.SCOPE OF WORKRenovations will be completed in the following phases:Phase I: Rooms AA-DFurnishings purchased in this procurement will include:1 - King Sleigh Beds with Storage1 - King Size Mattress1 - Media Chests22 - Queen Sleigh Beds with Storage22 - Queen Headboards2 - Full Headboards47 - Nightstands22 - Accent Chairs (Light Grey)22 - Accent Chairs (Charcoal)22 - Desk Chairs (Light Grey)23 - Desk Chairs (Charcoal)43 - Mini Refrigerator/Freezer Combos49 - Mini Refrigerator/Microwave Combo Cabinets (Cherry)43 - Console Tables8 - Wardrobes63 - Bed Linens86 - Pillows3 - Sleeper Sofas2 - Full Size RefrigeratorsPhase II: Rooms E-H (Optional)Items required for Phase II are:16 - Leather Accent Chairs (Dark Brown)17 - Leather Accent Chairs (Light Brown)16 - Desk Chairs (Light Brown)17 - Desk Chairs (Dark Brown)33 - Mini Refrigerator/Freezer Combos33 - Mini Refrigerator/Microwave Combo Cabinets (Mahogany)33 - Bed Linens66 - PillowsThe Government may award Phase II based on availability of funds no later than 12 months after date of base award.Phase III: Rooms J-R (Optional)Items required for Phase III are:46 - Leather Accent Chairs (Dark Brown)46 - Leather Accent Chairs (Light Brown)46 - Desk Chairs (Light Brown)46 - Desk Chairs (Dark Brown)92 - Mini Refrigerator/Freezer Combos92 - Mini Refrigerator/Microwave Combo Cabinets (Mahogany)137 - Bed Linens184 - PillowsThe Government may award Phase III based on availability of funds no later than 12 months after date of base award.DELIVERYNational Mine Health and Safety AcademyInstructional Services Department1301 Airport RoadBeaver, WV 25813All furnishings shall be delivered within approximately 30 days after receipt of order.Items that require both delivery and installation are as follows: 1 King Sleigh Bed with Storage, 22 Queen Sleigh Beds with Storage, and 47 nightstands. All other items require delivery only. The Academy has a dock available for unloading of items into the warehouse.TECHNICAL POINT OF CONTACT:Rhonda SizemoreTeam Lead Contract SpecialistUS Department of Labor, Mine Safety and Health AdministrationNational Mine Health and Safety Academy1301 Airport RoadBeaver, WV 25813(304) 256-3538Sizemore.Rhonda@dol.govSPECIFICATIONSKing Sleigh BedTraditional sleigh bed with two built-in drawers, approximately 81" W x 99" D x 57" H. Must include headboard, footboard with storage, cross slats, and rails. It is preferred that the built-in drawers are in the footboard area of the bed. The entire bed must sit at least 6 inches above the floor to allow for ease in vacuuming underneath the bed. The headboard and footboard shall be finished in cherry or mahogany and be constructed of wood or wood veneer. Requires delivery and installation.King Size MattressTraditional innerspring mattress, approximately 80" W x 76" D x 23" H. Plush, woven, tight top with minimum 1051 coil count. Fire resistant, polyester fabric, able to be spot cleaned. Requires delivery only.Media ChestMedia table approximately 45" W x 41" D x 41" H. Made of wood or wood veneers, dark cherry or mahogany is color, three drawers. Requires delivery only.Queen Sleigh Bed with StorageTraditional sleigh bed with two built-in drawers, approximately 65.5" W x 99" D x 57" H. Must include headboard, footboard with storage, cross slats, and rails. It is preferred that the built-in drawers are in the footboard area of the bed. The entire bed must sit at least 6 inches above the floor to allow for ease in vacuuming underneath the bed. The headboard and footboard shall be finished in cherry or mahogany and be constructed of wood or wood veneer. Requires delivery and installation.Queen HeadboardContemporary queen headboard, approximately 64"W x7" D x 58" H. Panel or sleigh design, wood finish in cherry or mahogany color. Shall be able to attach to standard frame. Requires delivery only.Full HeadboardContemporary full headboard, approximately 63.5" W x 44.75" H. Panel or sleigh design, wood finish in cherry or mahogany color. Shall be able to attach to standard frame. Requires delivery only.NightstandTraditional two drawer nightstand, approximately 28.75" W x 18.25" D x 30" H. Wood finish, cherry or mahogany color. Requires delivery only.Accent Chair - Light GreyContemporary track arm chair, approximately 29" W x 30" D x 35.25" H. Polyester upholstery light grey in color, silver nail head trim, flared arms, and exposed wooden legs dark merlot in color. Upholstery must be rated a minimum of "moderate wear upholstery" for medium use, and fabric shall include a minimum of a one year warranty. Must support at least 250 pounds. Requires delivery only.Accent Chair - CharcoalContemporary track arm chair, approximately 29" W x 30" D x 35.25" H. Polyester upholstery charcoal in color, silver nail head trim, flared arms, and exposed wooden legs dark merlot in color. Upholstery must be rated a minimum of "moderate wear upholstery" for medium use, and fabric shall include a minimum of a one year warranty. Must support at least 250 pounds. Requires delivery only.Leather Accent Chair - Dark BrownTraditional leather armchair with scroll arm, approximately 41" W x 32" D x 39" H. Genuine leather upholstery, dark brown in color, with dark brown wooden legs. Shall include high density memory foam for long lasting use, and upholstery must be rated a minimum of "moderate wear upholstery" for medium use, and fabric shall include a minimum of a one year warranty. Must support at least 250 pounds. Requires delivery only.Leather Accent Chair - Light BrownTraditional leather armchair with scroll arm, approximately 41" W x 32" D x 39" H. Genuine leather upholstery, light brown in color, with dark brown wooden legs. Shall include high density memory foam for long lasting use, and upholstery must be rated a minimum of "moderate wear upholstery" for medium use, and fabric shall include a minimum of a one year warranty. Must support at least 250 pounds. Requires delivery only.Desk Chair - Light GreySolid back upholstered dining chair, approximately 21" W x 23" D x 41" H. Linen upholstery light grey in color, nail head trim accent, wooden block turned legs. Upholstery must be rated a minimum of "moderate wear upholstery" for medium use, and fabric shall include a minimum of a one year warranty. Must support at least 250 pounds. Requires delivery only.Desk Chair - CharcoalSolid back upholstered dining chair, approximately 21" W x 23" D x 41" H. Linen upholstery charcoal in color, nail head trim accent, and wooden block turned legs. Upholstery must be rated a minimum of "moderate wear upholstery" for medium use, and fabric shall include a minimum of a one year warranty. Must support at least 250 pounds. Requires delivery only.Desk Chair - Light BrownSolid back upholstered dining chair, approximately 21" W x 23" D x 41" H. Linen upholstery light brown in color, nail head trim accent, and wooden block turned legs. Upholstery must be rated a minimum of "moderate wear upholstery" for medium use, and fabric shall include a minimum of a one year warranty. Must support at least 250 pounds. Requires delivery only.Desk Chair - Dark BrownSolid back upholstered dining chair, approximately 21" W x 23" D x 41" H. Linen upholstery dark brown in color, nail head trim accent, and wooden block turned legs. Upholstery must be rated a minimum of "moderate wear upholstery" for medium use, and fabric shall include a minimum of a one year warranty. Must support at least 250 pounds. Requires delivery only.Mini Refrigerator/Freezer ComboENERGY STAR 3.1 cubic feet mini refrigerator with freezer, maximum dimensions 19.13" W x 21.1" D x 32.8" H. Smooth finish, stainless steel in color. Shall include freezer compartment separate from the refrigerator. Requires delivery only.Mini Refrigerator/Microwave Combo Cabinet - CherryMicrowave/refrigerator cabinet combo, maximum dimensions 22.75" W x 22.5" D x 55.75" H. Wood composite construction with melamine laminate, cherry in color. Shall include cut-outs for wiring. Microwave compartment inside dimensions, 21.3" W x 21.8" D x 13.5" H. Refrigerator compartment inside dimensions, 21.3" W x 21.8" D x 36" H. Requires delivery only.Mini Refrigerator/Microwave Combo Cabinet - MahoganyMicrowave/refrigerator cabinet combo, maximum dimensions 22.75" W x 22.5" D x 55.75" H. Wood composite construction with melamine laminate, mahogany in color. Shall include cut-outs for wiring. Microwave compartment inside dimensions, 21.3" W x 21.8" D x 13.5" H. Refrigerator compartment inside dimensions, 21.3" W x 21.8" D x 36" H. Requires delivery only.Console TableWooden console table, approximately 44" W x 16" D x 29" H. Solid wood or composite wood, one drawer, dark in color. Requires delivery only.WardrobeSolid wood armoire, approximately 41" W x 21.5" D x 72" H. Solid wood construction, cherry in color, two doors, and two drawers. Requires delivery only.Bed Linen - TanThree piece quilt set, one coverlet and two shams. Coverlet shall measure at least 90" W x 90" L. Shams shall measure approximately 20" W x 26" L. Made of polyester, machine washable, solid tan in color. Requires delivery only.Bed Linen - GreyThree piece quilt set, one coverlet and two shams. Coverlet shall measure at least 90" W x 90" L. Shams shall measure approximately 20" W x 26" L. Made of polyester, machine washable, solid grey in color. Requires delivery only.PillowsStandard pillow, approximately 26" L x 20" W. Requires delivery only.Sleeper SofaFull sleeper sofa, approximately 87" W x 38" D x 38" H. Corner-blocked frame with attached back and loose seat cushions. Shall include bi-fold full innerspring mattress atop supportive metal frame. Polyester upholstery, high density foam core, and exposed feet with faux wood finish, dark grey in color. Upholstery must be rated a minimum of "moderate wear upholstery" for medium use, and fabric shall include a minimum of a one year warranty. Requires delivery only.RefrigeratorENERGY STAR 18 cubic feet refrigerator with top freezer, maximum dimensions 30" W x 32" D x 65" H. Smooth finish, stainless steel in color. Requires delivery only.Samples of required furniture and furnishings are attached.OTHER REQUIREMENTSNew furniture and furnishings only. No refurbished or used products will be accepted.If applicable, the Contractor will provide copies of product drawings with part numbers and installation instructions.The Contractor will not be responsible for disposal of existing furnishings.The Contractor will be responsible for any damage to the building which occurs during delivery and installation.The Contractor shall furnish trained, qualified personnel and any required tools or equipment necessary to complete the delivery and installation of furniture.Contact Information: RHONDA SIZEMORE, Contract Specialist, Phone 304-256-3538, Fax 304-256-3350, Email sizemore.rhonda@dol.gov Office Address :1301 Airport Road Beaver WV 25813-9426 Location: Acquisition Management Branch (WV) Set Aside: Partial Small Business

Mine Safety & Health Administration1301 Airport RdBeaver, WVLocation

Place Of Performance : Mine Safety & Health Administration1301 Airport RdBeaver, WV

Country : United States

You may also like

OFFICE FURNITURE - ACOUSTIC POD

Due: 12 Oct, 2024 (in 5 months)Agency: NATIONAL INSTITUTES OF HEALTH

Furniture, Furnishings, Installation and Services

Due: 30 Apr, 2025 (in 12 months)Agency: Fauquier County

Furniture, Furnishings, Installation and Services

Due: 30 Apr, 2025 (in 12 months)Agency: Fauquier County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 337127 GSA CLASS CODE: 71