Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
MODIFICATION

51 -- Various tools

Notice Date
2/13/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
6501 E. 11 Mile Rd, Warren, MI 48397
 
ZIP Code
48397
 
Solicitation Number
SFAEINT2812
 
Response Due
2/16/2012
 
Archive Date
8/14/2012
 
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
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, as supplemented with additional information included in this notice.The solicitation number is SFAEINT2812 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 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 332212 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 2012-02-16 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be White Sands, NM 88002 The WRN - Warren requires the following items, Brand Name or Equal, to the following: LI 001, ATE-40 Single Touch ESD Pump Dispenser. Six Pack ATE-40-6, 18, EA; LI 002, 5-PACK. DSP-2000 SOLDER SUCKER. DSP-2000-5, 20, EA; LI 003, 2-PACK. DSP-2000 SOLDER SUCKER. DSP-TIPS, 10, EA; LI 004, AT-009 Premium Needle Dispensing Bottle & Luer Lock. Six Pack AT-009-6, 3, EA; LI 005, AT-001 Needle Dispensing Bottle With Luer Lock. Six Pack AT-001-6, 3, EA; LI 006, THE SOLDER MILL. SML-SXPK, 3, EA; LI 007, Weller 50W Digital Soldering Station WESD51, 6, EA; LI 008, Weller Replacement Soldering Iron for WES51, 50-Watt PES51, 6, EA; LI 009, Kester Wire Solder, Sn63/Pb37 Alloy,.040" Dia., #245 No-Clean Flux, #50 Core Size, 1-lb. Roll. 24-6337-8813, 6, EA; LI 010, Kester Wire Solder, Sn63/Pb37 Alloy,.020" Dia., #245 No-Clean Flux, #50 Core Size, 1-lb. Roll 24-6337-8807, 6, EA; LI 011, Kester Wire Solder, Sn63/Pb37 Alloy,.031" Dia., #245 No-Clean Flux, #50 Core Size, 1-lb. Roll 24-6337-8800, 6, EA; LI 012, Kester Wire Solder, Sn60/Pb40 Alloy,.040" Dia., #44 Rosin Flux, #66 Core Size, 1-lb. Roll 24-6040-0039, 6, EA; LI 013, Kester Wire Solder, Sn60/Pb40 Alloy,.025" Dia., #44 Rosin Flux, #66 Core Size, 1-lb. Roll 24-6040-0018, 6, EA; LI 014, Kester Wire Solder, Sn60/Pb40 Alloy,.031" Dia., #44 Rosin Flux, #66 Core Size, 1-lb. Roll 24-6040-0027, 6, EA; LI 015, Acid Brushes, 3/8" Bristle Width, 144/box 13-701, 3, EA; LI 016, Heat Sink, Alligator Clip, 1-3/4" O.L., 5/8"L Jaw #HS3, 60, EA; LI 017, Weller Soldering Tip for PES51 & EC1201A, Screwdriver, 1/16" #ETA, 30, EA; LI 018, Weller Soldering Tip for PES51 & EC1201A, Screwdriver, 3/32" #ETB, 30, EA; LI 019, Weller Soldering Tip for PES51 & EC1201A, Screwdriver, 1/8" #ETC, 30, EA; LI 020, Weller Soldering Tip for PES51 & EC1201A, Screwdriver, 3/16" #ETD, 30, EA; LI 021, Weller Soldering Tip for PES51 & EC1201A, Conical, 1/32" #ETP, 30, EA; LI 022, Weller Barrel Nut Assembly for EC1201A. BA60, 9, EA; LI 023, 599B-02 Wound "Wire" Tip Cleaner 599B-02, 18, EA; LI 024, Hakko "Wire" Refill for 599 Tip Cleaner 599-029, 18, EA; LI 025, Kester 186 Mildly Activated Rosin Flux, Type RMA, 36% Solids, 1 gallon, 5, EA; LI 026, Craftsman 6 pc. Metric Easy to Read Socket Accessory Set, 12 pt. Standard, 3/4 in. Drive. Mfr. Model# 46306, 2, EA; LI 027, Craftsman 9 pc. Metric Easy to Read Socket Accessory Set, 12 pt. Standard, 3/4 in. Drive. Mfr. Model# 46305, 2, EA; LI 028, SODER-WICK Braid, Desoldering, #3. Mfr. Model #80-3-5, 50, EA; LI 029, WELLER Replacement Carbon Filter, For 2UV21, PK 3. Mfr. Model # WSA350F, 15, EA; LI 030, WELLER Benchtop Solder Smoke Absorber, ESD Safe. Mfr. Model # WSA350, 9, EA; LI 031, WELLER Soldering Sponge, For PH Stands. Mfr. Model #TC205, 45, EA; LI 032, WELLER Iron Stand Assembly. Mfr. Model #PH100, 15, EA; LI 033, NORTH BY HONEYWELL Cotton Tip Applicator, Length 6 In, Pk 200. Mfr. Model #720375, 15, EA; LI 034, TECH SPRAY Cotton Swab, Sngl Tip, 3/16 x 6 In, Pk 1000. Mfr. Model # 2301-1000, 6, EA; LI 035, AMERICAN BEAUTY Soldering Iron, 300w, 7/8 In, 1000 F. Mfr. Model #3178-300, 3, EA; LI 036, WELLER Soldering Iron, 35 Watt Iron with 1/8" Screw Mfr. Model #WP35, 9, EA; LI 037, DREMEL Wheel, Cut Off, Pk20. Mfr. Model #420, 90, EA; LI 038, DREMEL E Z Lock Cut Off Wheel, 1 1/2 In Dia, Pk 5. Mfr. Model #EZ456, 90, EA; LI 039, DREMEL Cordless Rotary Tool. Mfr. Model #8000-03, 18, EA; LI 040, WESTWARD Torque Wrench, 1/2in Dr. Mfr. Model #4DA96, 6, EA; LI 041, WESTWARD Socket Set, 145 Pieces. Mfr. Model # 4YP77, 18, EA; LI 042, WESTWARD Adaptor, 3/8 Dr, Female/Male 3/8x1/4. Mfr. Model # 5MP89, 12, EA; LI 043, PROTO Hex Bit Set, 10 Pieces. Mfr. Model #J4900A, 6, EA; LI 044, WESTWARD Socket Set, 1/4, 3/8, 1/2 Dr, 89 Pc. Mfr. Model # 4PM18, 24, EA; LI 045, WESTWARD Socket Set, 125 Pieces. Mfr. Model # 6XZ82, 12, EA; LI 046, WESTWARD Combination Wrench Set, Metric, 17Pc. Mfr. Model # 4PL91, 12, EA; LI 047, WESTWARD Combination Wrench Set, SAE, 17 Pc. Mfr. Model # 4PL92, 12, EA; LI 048, CRAFTSMAN INDUSTRIAL Ratcheting Wrench Set, Metric, 8 Pc. Mfr. Model # 9-24622, 18, EA; LI 049, CRAFTSMAN INDUSTRIAL Ratcheting Wrench Set, SAE, 8 Pc. Mfr. Model #9-24621, 18, EA; LI 050, STANLEY Self-Retracting Knife. Mfr. Model #10-189C, 18, EA; LI 051, STANLEY Utility Blades With Dispenser, PK 100. Mfr. Model # 11-921A, 36, EA; LI 052, KLEIN TOOLS Screwdrvr Set, 8-Pc. Cushion-Grp Assortme. Mfr. Model #85078, 30, EA; LI 053, CRESCENT Adjustable Wrench Set, Cushion, 3 Pc. Mfr. Model # AC3C, 24, EA; LI 054, CHANNELLOCK Plier Set, 2 Pieces. Mfr. Model # GS-1, 24, EA; LI 055, STANLEY Measuring Tape, 1-1/4 In, 25 Ft, Ylw/Blk. Mfr. Model # 33-725, 30, EA; LI 056, STANLEY Measuring Tape, Open, 100 Ft, Yellow/Black. Mfr. Model #34-790, 6, EA; LI 057, ROLATAPE Measuring Wheel, 3 Ft, 10000 Ft. Mfr. Model # MM-30, 6, EA; LI 058, GREENLEE Fish Tape, 25ft, Steel. Mfr. Model #438-2X, 6, EA; LI 059, GREENLEE Fish Tape, 50ft, Steel. Mfr. Model #438-5H, 6, EA; LI 060, GREENLEE Fish Tape, Steel, 1/8 In Dia x 125 Ft L. Mfr. Model # FTS438-125, 6, EA; LI 061, EKLIND Hex Key Set, Folding, Ergo, SAE, 9 Pc. Mfr. Model # 25911, 18, EA; LI 062, EKLIND Hex Key Set, Folding, Ergo, Metric, 6 Pc. Mfr. Model # 25161, 18, EA; LI 063, DEWALT Pilot Point Drill Bit Set, Cobalt, 14 Pc. Mfr. Model # DW1263, 18, EA; LI 064, DEWALT Drill Bit Set. Mfr. Model #DW1956, 18, EA; LI 065, DEWALT Drill Bit Set, 29 PC. Mfr. Model #DW1969, 18, EA; LI 066, WESTWARD Magnetic Pickup, 1/4 In Dia, 2 Lb Pull. Mfr. Model # 1VTZ3, 30, EA; LI 067, RIDGID Bolt Cutter, 26 In. Length, Rubber Grip. Mfr. Model # S24/14223, 9, EA; LI 068, DEWALT Screwdriver Set. Mfr. Model # DW2163, 18, EA; LI 069, RIDGID Bolt Cutter, 36 In. Length, Rubber Grip. Mfr. Model # S36/14233, 6, EA; LI 070, STANLEY Rolling Workshop, Resin and Metal. Mfr. Model # 020586R, 18, EA; LI 071, DEWALT Combo Kit, 20V Compact, 11A169 W/ 11A16. Mfr. Model # 11A169 11A168 DCK280C2 DCB201, 12, EA; LI 072, Hammer Drills Rotary Hammers 18V- Power Drills. Mfr #: DCD775KL, 18, EA; LI 073, MSC Industrial Supply Co. Drill Bit Sets - Drilling & Drill Bits. MSC #: 71210009. Mfr: Made in USA, 6, EA; LI 074, MSC Industrial Supply Co. Carbide-Tipped 118 Jobber Drill Sets. MSC #: 77423549. Mfr: Made in USA, 6, EA; LI 075, Drill Bit Sets - Drilling & Drill Bits. Mfr: Irwin Mfr #: 341008, 6, EA; LI 076, Ultra Steel Cutter Kit. Mfr: Greenlee Mfr #: 930, 6, EA; LI 077, Hex Key Sets - Hex Keys & Accessories. Mfr: Eklind Mfr #: 13322, 18, EA; LI 078, Hex Key Sets - Hex Keys & Accessories. Mfr: Eklind Mfr #: 10022, 18, EA; LI 079, 1/4" PILOT DRILL BIT FOR HOLE SAW ARBORS. Manufacturer Number 37623, 45, EA; LI 080, Jonard - 3-PC Removal Tool Kit. Mfg Part #: KR-260, 6, EA; LI 081, Jonard - 3-PC Insertion Tool Kit. Mfg Part #: KA-260, 6, EA; LI 082, Fluke 179/EDA2 Kit, DMM And Deluxe Accessory Kit., 3, EA; LI 083, Rothco Olive Drab G.I. Type Brass Zippered Mechanics Tool Bag., 15, EA; LI 084, Klein T1715 Full-Cycle Ratcheting Crimper-Insulated Terminals., 5, EA; LI 085, Aoyue 937+ Digital Soldering Station., 8, EA; LI 086, Ryobi 11 in. Flexible Shaft Bit Holder. Model # A10FB11, 8, EA; LI 087, Stanley FatMax 15 in. Pro Mobile Chest. Model # 033025R, 24, EA; LI 088, Klein Tools 4 in. Electronic Diagonal-Cutting Pliers. Model # D257-4C, 24, 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, WRN - Warren 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. WRN - Warren 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. 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 https://www.acquisition.gov/far/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: Clause 52.204-7, 52.211-17, 52.222-1, 52.229-3, 52.232-11, 52.246-2, 52.246-16, 52.247-34, 252.204-7006, 252.232-7003, 252.232-7010, 252.243-7001 and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Appicable to Defense Acquisitions of Commercial Items, paragraph (b) with the following clauses: 252.203-7000, 252.225-7001 and 252.247-7023 Alt III. Information regarding the Army Contracting Command-Warren Ombudsperson is located at the website http://contracting.tacom.army.mil/acqinfo/ombudsperson.htm. [End of Clause] (a) All references in the contract to the submission of written documentation shall mean electronic submission. All electronic submissions shall be in the formats and media described in the website: http://contracting.tacom.army.mil/ebidnotice.htm (b) This shall include all written unclassified communications between the Government and the Contractor except contract awards and contract modifications which shall be posted on the internet. Return receipt shall be used if a commercial application is available. Classified information shall be handled in full accordance with the appropriate security requirements. (c) In order to be contractually binding, all Government communications requiring a Contracting Officer signature must be sent from the Contracting Officer's e-mail address. The Contractor shall designate the personnel with signature authority who can contractually bind the contractor. All binding contractor communication shall be sent from this contractor e-mail address(es). (d) Upon award, the Contractor shall provide the Contracting Officer with a list of e-mail addresses for all administrative and technical personnel assigned to this contract. (e) Unless exempted by the Procuring Contracting Officer in writing, all unclassified written communication after contract award shall be transmitted electronically. [End of Clause] This provision serves as an addendum that modifies paragraph (h) of FAR 52.212-1, entitled INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS. Paragraph (h) is modified to say that you must offer to provide the total quantity of the items in this solicitation. ONLY ONE AWARD WILL BE MADE AS A RESULT OF THIS SOLICITATION. OFFERS SUBMITTED FOR LESS THAN THE TOTAL QUANTITIES OF ALL THE ITEMS IN THIS SOLICITATION WILL NOT BE CONSIDERED FOR AWARD [End of Clause] OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of provision) (a) The Government often employs contractors as system administrators to operate and maintain Government computer systems. These systems include local area networks, web sites, databases, other electronic records, e-mail accounts, other electronic data transfer mechanisms and computer software. The employees of these contracted system administrators sign nondisclosure agreements obligating them not to reveal information contained in files, documents, computers or systems that they administer. However, unless such information is protected in some way, contracted system administrators do have the ability to access such information. (b) Potential contractors as well as any other parties are thus advised to take steps needed to prevent access by contracted system administrators to information submitted electronically to the Government. Absent such steps, it is assumed that contracted system administrators are permitted the capability to access the data. The access will be limited to that which is necessary for the contract system administrator to perform its duties for the Government. The access shall be subject to the condition that third party information is not to be revealed by the contracted system administrator. [End of Provision] The Contracting Officer is the only person authorized to approve additions or changes in any of the requirements under any contract, resulting from this solicitation, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event that the contractor effects any change at the direction of any person other than the Contracting Officer, such change shall be solely at the risk of the contractor. (See General Provision, entitled: Notification of Changes, FAR 52.243-7 or paragraph (c) of FAR 52.212-4). [End of Clause] Inspection and acceptance of supplies offered under this purchase order shall take place as specified here. Inspection: DESTINATION. Acceptance: DESTINATION. [End of Clause] 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(es): http://farsite.hill.af.mil This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil [End of Clause] (a) Definitions. As used in this clause- Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (a) We will award a contract to the offeror that: 1. submits the lowest evaluated offer, and 2. submits a bid or proposal that meets all the material requirements of this solicitation, and 3. meets all the responsibility criteria at FAR 9.104. (b) To make sure that you meet the responsibility criteria at FAR 9.104 we may: 1. arrange a visit to your plant and perform a preaward survey; 2. ask you to provide financial, technical, production, or managerial background information. (c) If you don't provide us with the data we ask for within 7 days from the date you receive our request, or if you refuse to have us visit your facility, we may determine you nonresponsible. (d) If we visit your facility, please make sure that you have current certified financial statements and other data relevant to your bid or proposal available for our team to review. (End of Provision) All packages must be marked with the contents and TACOM Contract/Order Number. Failure to properly mark all shipments may result in delayed payment and possible rejection of invoices and/or shipments. (a) 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. (b) 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 in 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 solicitationrequirements. Mark any descriptive material to clearly show the modifications. (c) 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. (d) 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. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d1525055e5cdd19092559843eef1bdd0)
 
Place of Performance
Address: White Sands, NM 88002
Zip Code: 88002-5000
 
Record
SN02673897-W 20120215/120213235320-d1525055e5cdd19092559843eef1bdd0 (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.