Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
MODIFICATION

84 -- Equipment Procurement

Notice Date
5/31/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1701 Fort Meyer Dr., Rosslyn, VA 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA11R0229
 
Response Due
6/2/2011
 
Archive Date
11/29/2011
 
Point of Contact
Name: Brian Koziol, Title: Senior Contracts Associate, Phone: 7038754983, Fax:
 
E-Mail Address
koziolbj@state.gov;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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 SAQMMA11R0229 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 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 316991 with a small business size standard of 500.00 employees. This requirement is a [ Service-Disabled Veteran Owned ] 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 2011-06-02 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Department of State requires the following items, Meet or Exceed, to the following: LI 001, Base Period LABOR,Firm Fixed Price,3 months from Date of Award, 1, LOT; LI 002, Base Period DBA INSURANCE,Cost Reimbursable,3 months from Date of Award, 1, LOT; LI 003, Base Period EQUIPMENT/MATERIALS,Cost Reimbursable,3 months from Date of Award Equipment shall be broken out by description, unit cost, quantity, and total, 1, LOT; LI 004, Base Period ODCs,Cost Reimbursable,3 months from Date of Award,a) Travelb) Per Diemc) Post Differentiald) Danger (as applicable)e) Overseas Housing Allowance (as applicable)f) G&A, Overhead, Fringe, etc (as applicable), 1, LOT; LI 005, Option Period LABOR,Firm Fixed Price,3 months from end of Base Period, 1, LOT; LI 006, Option Period DBA INSURANCE,Cost Reimbursable,3 months from end of Base Period, 1, LOT; LI 007, Option Period EQUIPMENT/MATERIALS,Cost Reimbursable,3 months from end of Base Period Equipment shall be broken out by description, unit cost, quantity, and total, 1, LOT; LI 008, Option Period ODCs,Cost Reimbursable,3 months from end of Base Period,a) Travelb) Per Diemc) Post Differentiald) Danger (as applicable)e) Overseas Housing Allowance (as applicable)f) G&A, Overhead, Fringe, etc (as applicable), 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, 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. 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 OCONUS (outside 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.Please refer to Statement of Work. 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 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - 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. The contracted vendor shall furnish all management, supervision, labor, end-user equipment, and expertise to provide all things necessary to execute and complete the work described in this document. Any decision to exercise the option period shall be at the sole discretion of the Department of State.Actual period of performance may shift based on solicitation timeline. Submitted no later than June 2, 2011, 1:00 p.m. EST via email to koziolbj@state.gov. Please refer to Solicitation and Statement of Work attachments. The contractor shall submit all questions no later than 18 May 2011, 11:00am,EST via email to koziolbj@state.gov. The contractor shall submit all questions in Microsoft Word document only. No PDF, Excel or Worddocument that contains tables will be accepted. The format shall be ; 1) cite the area of the RFP thatcorresponds to the question; 2) underneath the citation shall be question. 1. The FACA will absolutely be the end-user of this equipment. If an item requires an ITAR license (which the vendor should consult with PM/DTC with, per the previous answers), they must obtain one. 2. A third party can be used to transport the equipment the contractor should still be in CAR to receive, inventory, and handover the equipment when it arrives. The vendor should identify the third party they are utilizing for this purpose. 3. Whatever arrangements the contractor makes, they must meet the timelines specified in the SOW. If they believe that not escorting the equipment will jeopardize their ability to meet the timelines in the SOW, then they should not proceed with that course of action.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/SAQMMA11R0229/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02460664-W 20110602/110531234805-3c06dfee13ca0fe949d042699d24c86d (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.