Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

54 -- Mobile networking shelter

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 143, 2nd floor, White Sands Missile Range, NM 88002
 
ZIP Code
88002
 
Solicitation Number
W9124Q-11-Q-MNS1
 
Response Due
9/8/2011
 
Archive Date
3/6/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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 W9124Q-11-Q-MNS1 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 332311 with a small business size standard of 500.00 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 2011-09-08 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be White Sands Missile Range, NM 88002 The U.S. Army ACC MICC White Sands Missile Range requires the following items, Brand Name or Equal, to the following: LI 001, a portable NEMA rated enclosure to house networking electronics; must be resistant to sand, dust and wind; must be fitted with air conditioning; must house a 19 inch network rack containing at least 30 rack units; must be able to accept external CAT5/CAT6 copper connections and/or fiber optic connections; must be able to accept firm AC power or generator DC power; cabinet must be insulated/shielded aluminum (corrosion resistant), preferably in slate or light-brown color; cabinet must have at least two, preferably three entry points (sealed doorways/panels) that are lockable; mfr: Purcell Systems, p/n: FLX36BLS; ?Brand name or equal.?, 5, 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, U.S. Army ACC MICC White Sands Missile Range 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. U.S. Army ACC MICC White Sands Missile Range 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 preferred within 60 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. The selected Offeror must comply with the following terms and conditions, which are incorporated herein by reference: From the Federal Acquisition Regulation (FAR) the following provisions and clauses are applicable to this solicitation: 52.204-7, Central Contractor Registration; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government?s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2011) (Deviation); 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-1, Payments; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law For Breach Of Contract Claim; 52.247-34, F.o.b. Destination; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; D1, Marking of Supplies. Full text of these clauses may be found at https://www.acquisition.gov/far. From the defense Federal Acquisition Regulation Supplement (DFARS) the following provisions and clauses are applicable to this solicitation: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2010) (Deviation); 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7036 Alternate I, Buy American Act--Free Trade Agreements-- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alternate III, Transportation of Supplies by Sea. Full text of these clauses may be found at www.acq.osd.mil/dpap/dars/dfars/html/current/tochtml.htm. From the Army Federal Acquisition Regulation Supplement (AFARS), the following provisions and clauses are applicable to this solicitation: 5152.209-4000, DoD Level 1 Antiterrorism (AT) Standards. Full text of these clauses may be found at http://farsite.hill.af.mil/VFAFAR1.HTM. Offeror must be registered in the Wide Area Work Flow (WAWF) database before payment can be made to them. If the offeror is not registered in the WAWF, it may do so through the WAWF website at https://wawf.eb.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90697c3bf03e203acb7fb344bc92b058)
 
Place of Performance
Address: White Sands Missile Range, NM 88002
Zip Code: 88002
 
Record
SN02568285-W 20110910/110909001320-90697c3bf03e203acb7fb344bc92b058 (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.