Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

58 -- Support Team Equipment

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
392 E Street SW, Washington, DC 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-10-Q-0101
 
Response Due
6/24/2010
 
Archive Date
12/21/2010
 
Point of Contact
Name: Marcelle Loveday, Title: Contract Specialist, Phone: 202-646-3760, Fax:
 
E-Mail Address
marcelle.loveday@associates.dhs.gov;
 
Small Business Set-Aside
Total Small Business
 
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 HSFEHQ-10-Q-0101 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 334290 with a small business size standard of 750.00 employees. 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 2010-06-24 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Frederick, MD 21704 The DHS FEMA Disaster Operations and IT Section requires the following items, Brand Name or Equal, to the following: LI 001, 1.8m Antenna System -Basic Ku-band, Model# GATR1.8-KLX; 1.8m Antenna (white) & compression bag, Quantity 1; Hold Down Plate, Quantity 4; Inflation unit -manual, analog, hoses, Quantity 2; Inflation hose valve assembly, Quantity 1; Feedmount Assembly Ku Band & OMT, Quantity 1; LPA 3 watt standard BUC, Quantity 1; LNB Set (A, B, C), Quantity 1; Toolbag with spare hardware, Quantity 1; Stake/sledge/claw kit, Quantity 1; Cable RG6 single 50 ft with f-type connectors, Quantity 3; Case 31X20X15 -custom electronics, Quantity 1; Case 31X20X15 -antenna, Quantity 1; Set-up Guides, Quantity 2; laminated checklists, Quantity 4; CDs, Quantity 2;, 1, EA; LI 002, Spectrum Analyzer -handheld FSH3, Model# 10108, 1, EA; LI 003, Ku-band 8 watt BUC includes flexible stainless TX line, 1, EA; LI 004, Power supply system with battery back-up & case, Model# 10107, 1, EA; LI 005, Outdoor Modem I-800(iDirect platform), Model# 10142, 1, EA; LI 006, System Training 1-site/5 operators -CONUS 3-day, Model #GATR-SPT-BASIC; Level I -Set-up, inflation, pointing training; Level II-Cross-pole iso & basic network integration, 1, EA; LI 007, Support CONUS with onsite visit, Model# GATR-SPT-1; One year, quick response telephone/email support, Component of GATR-SPT-2; One year, on-site support -(CONUS), Component of GATR-SPT-3, 1, EA; 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, DHS FEMA Disaster Operations and IT Section 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. DHS FEMA Disaster Operations and IT Section 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 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 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - 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. INVOICESAn invoice is a written request for payment under this contract for supplies delivered or for services rendered. Payment of invoices submitted under this contract shall be made in accordance with the terms and conditions of the Prompt Payment clause and in accordance with the provisions of other clauses in this contract. Failure or refusal to provide the following information on all invoices submitted under this contract may result in the invoice being considered improper for payment in accordance with the Prompt Payment clause. In order to be proper, an invoice must include, as applicable, the following: a. GENERAL INFORMATION 1. Name of Contractor 2. Invoice date 3. Contract number (including order number, if any), contract line item number, contract description of supplies or services, quantity, contract unit of measure and unit price, and extended total. 4. Shipment number and date of shipment (bill-of-lading number and weight of shipment will be shown for shipments on Government bills of lading). 5. Name, title, phone number and complete mailing address of responsible Official who can be contacted in the event of an improper invoice, if there are questions, or additional information is needed by this agency to process payment. 6. Any other information or documentation required by other provisions of the Contract (such as evidence of shipment). 7. Invoices shall be prepared and submitted to the following: NumberDistributionOriginal and 2 copiesPayment OfficeOne copyContracting OfficerOne copyCOTR b. ELECTRONIC FUNDS TRANSFER (EFT) INFORMATION The contractor should include the EFT information set forth below on all invoices submitted for payment under this contract. Failure to provide the information or failure to notify this agency of changes to this information may result in delays in payments and/or rejection of the invoice in accordance with the Prompt Payment clause of this contract. The following EFT information should be submitted on each invoice: (a) Routing Transit Number - The contractor shall provide the current 9-digit RTN of the payee's bank (b) Payee's account number (c) Contractor's Tax Identification Number (TIN) The EFT information submitted must be that of the contractor unless there is an official Assignment of Claims on file with the payment office. If at any time during the term of this contract, the contractor changes any EFT information, (i.e. financial agent, RTN, account number, etc.) the new EFT information must replace the old EFT information on subsequent invoices submitted under this contract. To avoid delays in processing invoices, the contractor must also submit written notification of EFT information changes to the office designated in this award document as soon as the new information is known to the contractor. This notification must be in writing and signed by the individual authorized by the contractor to make such changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/ORPD/HSFEHQ-10-Q-0101/listing.html)
 
Place of Performance
Address: Frederick, MD 21704
Zip Code: 21704
 
Record
SN02186044-W 20100625/100623235127-96cbd975db45933a1b35fea1177a52f6 (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.