Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

84 -- Emergency Redress Kits

Notice Date
8/17/2009
 
Notice Type
Presolicitation
 
Contracting Office
U.S. Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, Po Box 9115, Arlington, VA 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA09F2649
 
Response Due
8/21/2009
 
Archive Date
2/17/2010
 
Point of Contact
Name: Vincent Sanchez, Title: Contract Specialist, Phone: 7038756629, Fax: 7038756006
 
E-Mail Address
sanchezvj@state.gov;
 
Small Business Set-Aside
N/A
 
Description
Bids are being solicited under solicitation number SAQMMA09F2649. 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. 143211. 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. 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 unrestricted 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 2009-08-21 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Sterling, VA 20164 The Department of State requires the following items, Meet or Exceed, to the following: LI 001, Pre Decontamination Kit: 1 Each Opaque, one size fits all, water resistant, poncho/gown style garment. 1 Each - Bag to contain personal effects with labels, tags or other means to track ownership of the items. Bag must NOT have any hazard labeling such as biohazard.1 Pair - Shower Shoes - Size 11-12 Post Decontamination Kit:1 Each Opaque, one size fits all, water resistant, poncho/gown style garment. 1 Each - Drying towel, full size cotton terry cloth or paper based. Approximately 20in x 40in.1 Each - Plastic poncho with hood Dark Color, black or blue.1 Each - Head Scarf, Approximately 20in x 60in. Opaque fabric, Preferred colors: Gray, tan, white and black in no particular order.------------------------------------------------------------10,000 pre-packed decontamination redress kits for distribution. The goal of this procurement is to provide necessary means to protect the privacy of employees in the event of a chemical or biological incident or other disaster. The redress kits will allow contaminated personnel to undress underneath a large loose fitting modesty garment prior to receiving decontamination and will also provide the ability of redress after decontamination has been completed., 10000, EA; For this solicitation, Department of State 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. Department of State 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Active Registration with the Central Contractor Registry (CCR) is required to receive Award. Information can be found at www.ccr.gov A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. All submittals must include redress provisions for both Pre and Post decontamination. Pre and Post decontamination kits must be packaged separately and must be clearly labeled to identify kit function (Pre Decontamination Kit or Post Decontamination Kit). Acceptable packaging is either vacuum sealed bags or zip open bags. Partial delivery is acceptable. Completed kits must be shipped in lots of 1000 units at a minimum. All prices must be included in shipping to the location identified on this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA09F2649/listing.html)
 
Place of Performance
Address: Sterling, VA 20164<br />
Zip Code: 20164<br />
 
Record
SN01914366-W 20090819/090818001043-62e876f4f1645a0e1a704cfad223190f (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.