Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
MODIFICATION

99 -- Search Kits

Notice Date
12/5/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Rock Island Aresonal, Rock Island, IL 61201
 
ZIP Code
61201
 
Solicitation Number
RFQ-RCE2B3FBK00394
 
Response Due
12/6/2011
 
Archive Date
6/3/2012
 
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
N/A
 
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 RFQ-RCE2B3FBK00394 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 2005-54. The associated North American Industrial Classification System (NAICS) code for this procurement is 922190 with a small business size standard of 0.00 employees.This requirement is unrestricted 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 2011-12-06 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The U.S. Army ACC Rock Island - Rock Island Contracting Center requires the following items, Brand Name or Equal, to the following: LI 001, Integrated Search Kit w/o Metal Detectors and Camera (Model # ISK926 or equal), 1, KT; LI 002, Search Patrol Kit (Model # SPK900 or equal), 7, KT; LI 003, Freight-Shipping will be to CJTF Paladin HHC CJ4 Bldg 430, Bagram, AF, APO AE 09354. Must quote on all items including any additional fees such as shipping, determination for award will be for over-all pricing. Please include all vendor information including POC, cage code, tax ID, and estimated delivery schedule. INCLUDE SHIPPING IN TOTAL PRICE., 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, U.S. Army ACC Rock Island - 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. U.S. Army ACC Rock Island - 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 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. 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. 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 available. 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 full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address http://farsite.hill.af.mil. The Government 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 item offered to meet the Government requirement and price; with technical capability being more important than price. In order for the quote to be considered technical acceptable, the Government will make a determination of technical acceptability by evaluating the following: (i) Ability of the offeror to meet the schedule or timelines as stated in their solicitation (ii) The ability for the offeror to meet salient characteristics and/or brand name or equal items provided within each item requested. A written notice of award 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 offer's 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 received before award. 52.232-33, 252.232-7003, 952.201-0001, 952.232-003, 952.225-0006 In accordance with DFARS 252.232-7003, contractors must be registered in WAWF in order to submit payment requests and receiving reports. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/ Note that shipping is direct to US Military address in Iraq. No bids with delivery to a consolidation point will be accepted. Ensure weight requirements are checked and quoted accordingly. If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must (1)Meet the salient physical, functional, or performance characteristic specified by this solicitation;(2) Clearly identify the item by--(i) Brand name, if any; and (ii)Make or model number;(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a9fe8f0c7338fd124465a4feea864343)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02633414-W 20111207/111205234219-a9fe8f0c7338fd124465a4feea864343 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.