Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2007 FBO #2196
SOLICITATION NOTICE

84 -- Security Badges

Notice Date
11/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
2021 Club Road, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
W911SG08T0024
 
Response Due
12/5/2007
 
Archive Date
6/2/2008
 
Point of Contact
Name: Carol Mack, Title: Contract Specialist, Phone: 9155686858, Fax: 9155680836
 
E-Mail Address
carol.mack@conus.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number W911SG08T0024. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 59611. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-12-05 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bliss, TX 79916 The USA ACA Fort Bliss requires the following items, Brand Name or Equal, to the following: LI 001, BRAND NAME OR EQUAL Manufacturer: Huges Identification Devices (HID), Part Number 13861GGMN, 26 Bit Prox II, Low Frequency, gloss on both sides, no vertical slot (GGMV) Format H10301, Facility Code 27. Badges must be made of a poly blend. Total quantity of 4,000 to be delivered in one shipment. All badges must be numbered in sequence, arranged in sequence order, and same sided (no upside down badges). Badges will be used with the Fargo DTC 500 Badge Printer. There will be two (2) option line items 101 and 201 with the same description and quantity as Line Item 001. Purchase of these options is subject to fund availability., 4000, EA; For this solicitation, USA ACA Fort Bliss 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Bliss is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Registration with the Central Contractor Registry (CCR) is required. Information can be found at www.ccr.gov Active registration in ORCA is required. Information can by found at www.orca.gov BRAND NAME OR EQUAL is incorporated by reference. CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS is incorporated by reference. CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT is incorporated by reference. LEVIES ON CONTRACT PAYMENTS is incorporated by reference. Availability of Funds for the Next Fiscal Year. Funds are not presently available for performance under this contract beyond the base Line Item (quantity of 4,000). The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the base period (quantity of 4,000), until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2007) is incorporated by reference with the following applicable clauses also incorporated by reference: (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov (End of clause) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2007) is incorporated by reference with the following applicable clauses also incorporated by reference: 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); 252.232-7003, Electronic Submission of Payment Requests (MAR 2007)(10 U.S.C. 2227). CENTRAL CONTRACTOR REGISTRATION (JUL 2006) is incorporated by reference. OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (NOV 2006) is incorporated by reference.
 
Web Link
www.fedbid.com (b-59611, n-9889)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Bliss, TX 79916
Zip Code: 79916-6812
Country: US
 
Record
SN01460139-W 20071201/071129223844 (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.