Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
MODIFICATION

70 -- EMC Maintenance (Client DOD-MDA) 9T7SCMIC514

Notice Date
9/7/2007
 
Notice Type
Modification
 
Contracting Office
9988 Hibert Street , San Diego , CA 92131
 
ZIP Code
92131
 
Solicitation Number
9T7SCMIC514
 
Response Due
9/7/2007
 
Archive Date
3/5/2008
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 9T7SCMIC514 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $23M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-09-07 17:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Alexandria, VA 22312 The GSA FTS Region 9 requires the following items, Exact Match Only, to the following: LI 001, EMC Maintenance Renewal, 1, EA; For this solicitation, GSA FTS Region 9 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 bids, which descend in price during the specified period of time for the aforementioned reverse auction. GSA FTS Region 9 is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid 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 clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, 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 clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders (June 2007)-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to kristen.hill@gsa.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Deliver NO LATER THAN 9/30/2007 Contractor/Sales agent must be registered in it-solutions.gsa.gov to receive the award. If vendor registration assistance is required contact it-solutions help desk at 877.243.2889 Option 2. Bid MUST be good for 30 calendar days after submission Failure to comply with the above instructions or terms may result in quote being determined as non-responsive. Quote is to include all fees, including shipping or freight costs. Please provide your estimated delivery schedule in the comments portion of the buy or via email. Delivery requested No Later Than 9/30/2007 Lowest technically acceptable quote to include delivery terms. The particular brand name, product, or feature is essential to the Government?s requirements, and market research indicated other companies? similar products lacking the particular feature, do not meet, or cannot be modified to meet, the Agency?s needs. This requirement is being issued to enhance existing hardware. It is needed in support of MDA?s mission: Develop and field an integrated BMDS capable of providing a layered defense for the homeland, deployed forces, friends, and allies against ballistic missiles of all ranges in all phases of flight. The Missile Defense Agency?s mission is to develop, test, and prepare for deployment a missile defense system. Using complementary interceptors, land, sea, and air space based sensors, and battle management command and control systems, the planned missile defense system will be able to engage all classes and ranges of ballistic missile threats. Our programmatic strategy is to develop, rigorously test, and continuously evaluate production, deployment and operational alternatives for the ballistic missile defense system. Missile defense systems being developed and tested by MDA are primarily based on hit-to-kill technology. IT has been described as hitting a bullet with a bullet ? a capability that has been successfully demonstrated in test after test. No other software exists that affords the capability. Hitachi hardware has been adopted by MDA?s program and this interface is the only one that will work with this existing hardware architecture. Any other type of support will add extra costs of an additional hardware interface. There is only one responsible hardware product and no other support will satisfy the agency?s requirements because of equipment requirements. Failure to provide this single type of hardware support will have a significant adverse effect on the program?s mission.
 
Web Link
www.fedbid.com (b-49146_01, n-8107)
(http://www.fedbid.com)
 
Place of Performance
Address: Alexandria, VA 22312
Zip Code: 22312-2418
Country: US
 
Record
SN01399448-W 20070909/070907222828 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.