Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

99 -- Misc Equipment

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2230 Gallows Rd., Dunn Lorring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
PR855970
 
Response Due
5/12/2010
 
Archive Date
11/8/2010
 
Point of Contact
Name: Jim Burdan, Title: Senior Procurement Coordinator, Phone: 571.226.9623, Fax:
 
E-Mail Address
burdanjw@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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 PR855970 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 452111 with a small business size standard of $27.00M. This requirement is a [ Small Business ] set-aside 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 2010-05-12 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Sterling, VA 22016 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, D-TECT System Mini RAD-D Model MRD 1260-100MRG1260-100 W/Nylon Case And Batteries, 24, EA; LI 002, Jane's Chem-Bio Handbook English, 28, EA; LI 003, Buster K910B Contraband Detector, 1, EA; LI 004, Leica Distro D2 Laser Distance Meter P#763495, 24, EA; LI 005, C420 Powered Air Purifying Respirator (PAPR); National Guard Kit; P/N N- 60122-001, 1, KT; LI 006, Dupont Tychem Suit P/N LV127T or P/N LV128T Size X-Large, 1, ST; LI 007, Onguard Polymax 16" Chemical Resistant Boots Size 12,, 1, PR; LI 008, Butyl Rubber Gloves, 25 MIL 14" SIZE 10, 2, PR; LI 009, Nitrile Gloves, Flock Lined, 17 MIL, 13" SIZE 10, PAIR, 2, PR; LI 010, First Alert Smoke Detector P/N SKU SCO5CN, 1, EA; LI 011, Pelican Casec Model#1690 ( NO FOAM ) Large Transport Case Catalogue #1694, 1, EA; LI 012, Contemporary U.S. Wall Map, Paper, 53x53 #INT USA 310 TB, 1, EA; LI 013, Duracell Batteries Size AA, 36 Per Pack For a Total Of 144., 4, PK; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** 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. An Offeror 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 vendor access and awareness of requests and the agency's ability to gather multiple, competed, 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements.Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Ciscos current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 90 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 90 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/PR855970/listing.html)
 
Place of Performance
Address: Sterling, VA 22016
Zip Code: 22016
 
Record
SN02146677-W 20100513/100511235310-c9b46ecdc99216e8abb83806a1c73b79 (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.