Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOLICITATION NOTICE

59 -- GPS Handheld

Notice Date
3/26/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
Bldg. 2015, Ft. Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W68EV68046DT21
 
Response Due
3/31/2008
 
Archive Date
9/27/2008
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number W68EV68046DT21. 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. 64585. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA 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 2008-03-31 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Yakima, WA 98901 The USA ACA Fort Lewis requires the following items, Exact Match Only, to the following: LI 001, GeoExplorer XH: 2005OS, 512MB, 416MHz processor, SD expansion slot, 802.11b Wireless, stand-alone system. series handhelds to include:Microsoft-Windows Mobile version 5.0 software for pocket pc., built in bluetooth & wireless LAN radios allow cable fee connection to other devices, secure network, 512 MB on board memory, secure digital memory slot. Integrated SBAS including WAAS and EGNOS or connect wireless to an optional Trimble GeoBeacon receiver. Rugged,water resistant with advanced TFT outdoor color touch screen with backlight, 2, EA; For this solicitation, USA ACA Fort Lewis 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 Lewis 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 Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov FAR 52.212-5, Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm 252.212-7001 is incorporated with 252.225-7001 and 252.232-7003 checked applicable 52.204-7;Central Contractor Registration - JUL 2006 52.212-1;Instructions to Offerors?Commercial Items - SEP 2006 52.212-4; Contract Terms and Conditions?Commercial Items - FEB 2007 252.204-7004; Alt A Central Contractor Registration (52.204-7) Alternate A - NOV 2003 252.232-7010; Levies on Contract Payments - DEC 2006 OFFEROR REPRESENTATIONS AND CERTIFICATIONS?COMMERCIAL ITEMS (NOV 2006) This contract incorporates one or more provisions 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/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) 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/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) 1. When payment will be accomplished by electronic funds transfer, in accordance with FAR 52.232-33, the Contractor shall render original invoice and three (3) copies to the address contained in the Payment Will Be Made by Block on Page 1 of the order/contract. Or follow the procedures for electronic invoicing in accordance with Wide Area Workflow (WAWF) (POC is Electronic Business Operational Support Team 866-618-5988). To inquire whether DFAS has made a payment, you can check out the DFAS Web Page at http://www.dfas.mil/money/vendor/ (scroll down and select ?query by contract number? and then type in your contract/order number to check on a payment. FAR 52.232-25, Prompt Payment Act, requires the following information, as a minimum, for an invoice to be considered acceptable. (i) Name and address of the Contractor. (ii) Invoice number. (All invoices must contain an invoice number.) (iii) Invoice date. (The Contractor is encouraged to date invoices as close as possible to the date of the mailing or transmission.) (iv) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (v) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (vi) Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. If freight/shipping costs have been separately proposed and appear as a separate line item on this order or contract, only one (1) payment can be made against that line item. Multiple payments against this line item will not be made. Therefore, such charges shall be consolidated and billed in one consolidated invoice. The invoice shall include supporting documentation for the total amounts billed. (vii) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (viii) Name (where practicable), title, phone number, and mailing address of person to be notified in the event of a defective invoice. (ix) Any other information or documentation required by the contract (such as evidence of shipment). (x) While not required, the Contractor is strongly encouraged to assign an identification number to each invoice. In furtherance of Federal policy and the Alternative Dispute Resolution Act of 1990, ADR Act, Pub. L. 101-552, the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of the parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable in accordance with the authority and the requirements of the ADR Act. After award, the Administrative Contracting Office for this acquisition will be: Army Contracting Agency Southern Region (ACASR), Fort Hood Contracting Command Contract Administration Division Building 1001, 761st Tank Battalion Fort Hood, TX 76544-5059 Phone: (254) 287-3504 (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dod.mil/dfas/. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause)
 
Web Link
www.fedbid.com (b-64585, n-11307)
(http://www.fedbid.com)
 
Place of Performance
Address: Yakima, WA 98901
Zip Code: 98901-9399
Country: US
 
Record
SN01542177-W 20080328/080326224504 (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.