Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2011 FBO #3389
SOLICITATION NOTICE

70 -- AOR AR8200MKIII Handheld Receiver/Scanner

Notice Date
3/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Rock Island Arsenal, Rock Island, IL 61299
 
ZIP Code
61299
 
Solicitation Number
M6790011SU00065
 
Response Due
3/9/2011
 
Archive Date
9/5/2011
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 M6790011SU00065 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 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 334613 with a small business size standard of 1,000.00 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 2011-03-09 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FPO, null 96427 The USA ACC Rock Island Contracting Center requires the following items, Exact Match Only, to the following: LI 001, AOR AR8200 Mark III (Unblocked), 25, EA; LI 002, ABF-128 INLINE AIRBAND BANDPASS FILTER, 25, EA; LI 003, CC8200A - COMPUTER CONTROL CABLE, 25, EA; LI 004, DC8000 - DC POWER CABLE, 25, EA; LI 005, CT8200 - CTCSS SQUELCH AND TONE SEARCH, 25, EA; LI 006, TE8200 - TONE ELIMINATOR, 25, EA; LI 007, EM8200 - EXTERNAL MEMORY MODULE, 25, EA; LI 008, VI8200 - VOICE INVERTER (FOR USE OUTSIDE OF USA), 25, EA; LI 009, SM8200MKIII - SERVICE MANUAL, 25, EA; LI 010, USB8200 - USB INTERFACE, 25, EA; LI 011, IF8200 - DATA CABLE, 25, EA; LI 012, SC8200 - SOFT CASE, 25, EA; LI 013, SHIPPING: CAPT SCOTT A. HUMR 3RD LIGHT ARMORED RECONNAISSANCE BATTALION UNIT 41695 FPO AP 96427-1695, 1, LOT; 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, USA ACC Rock Island Contracting Center 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. USA ACC Rock Island Contracting Center 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 OCONUS (OVERSEAS CONTINENTAL, US)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 preferred within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. It is also required any contractor doing business with the government under contract be registered in ORCA, website url below: https://orca.bpn.gov/ Sellers must read and comply with all specifications, shipping information, and terms outlined in the attachments. BIDS are to be submitted on the FedBid ONLY or they will not be accepted. 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. This solicitation incorporates one or more solicitation 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 avaibalbe. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the fullll text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at http://farsite.hill.af.mil. (a) The Goverment will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items and service offered to meet the Government requirement; and (ii) Price. In order for the quote to be considered technically acceptable, the Government will make a determination of technical acceptabiligy by evalutating the following: (i) Ability of teh offeror to meet the schedule or timeline as stated in their solicitation (ii) The ability for the offeror to meet the salient characteristics and/or brand name or equal items provided within each item requested. A written notice of ward or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is rceived before award. Offerors shall complete the fill-ins and certifications in provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the quote or acknowledge that Annual Representation and certification at Online Representations and Certifications Applications (ORCA) are compete. Submission of the first page of ORCA is also acceptable. This clause applies to this acquisition. This clause applies to this acquisition. 52.232-33, 252.232-7003, 952.201-0001, 952.232-0003, 952.225-0006 Note that shipping address is to US Military FPO address in Afghanistan. Ensure weight requirements are checked and quote accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8477669347406c5e14a19eba19553f56)
 
Place of Performance
Address: FPO, null 96427
Zip Code: 96427-1695
 
Record
SN02393778-W 20110306/110304234348-8477669347406c5e14a19eba19553f56 (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.