Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2012 FBO #3883
SOLICITATION NOTICE

59 -- Instrumentration Supplies

Notice Date
7/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5330 Valdez Circle, Dugway, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB2137A701
 
Response Due
8/23/2012
 
Archive Date
2/19/2013
 
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
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 W909NB2137A701 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 335932 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 2012-08-23 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dugway, UT 84022 The MCC Hood - ICO Dugway requires the following items, Meet or Exceed, to the following: LI 001, CRIO-9012, 8 slot virtex-5 LX30 chassis, National Instruments Part Number 780916-01 Include all F.O.B. Destination charges, 9, EA; LI 002, NI 9977 C series filler module, National Instruments Part Number 196917-01 Include all F.O.B. Destination charges, 15, EA; LI 003, CRIO-9014 RT PowerPC Controller, National Instruments Part Number 779564-01 Include all F.O.B. Destination charges, 9, EA; LI 004, NI 9978, 4 pos, screw terminal power supply plugs, National Instruments Part Number 196938-01 Include all F.O.B. Destination charges, 5, EA; LI 005, NI 9435 Digital input AC/DC module, National Instruments Part Number 779010-01 Include all F.O.B. Destination charges, 19, EA; LI 006, PS-15 power supply, 5A, National Instruments Part Number 781093-01 Include all F.O.B. Destination charges, 9, EA; LI 007, NI 9905 Panel Mount kit, National Instruments Part Number 779558-01 Include all F.O.B. Destination charges, 10, EA; LI 008, NI 9213 thermocouple module, 16 pos, National Instruments Part Number 780493-01 Include all F.O.B. Destination charges, 4, EA; LI 009, NI 9481 4 channel AC/DC relay module, National Instruments Part Number 779006-01 Include all F.O.B. Destination charges, 8, EA; LI 010, NI 9217 RTD module, 4 channel, National Instruments Part Number 779592-01 Include all F.O.B. Destination charges, 8, EA; LI 011, NI 9203 current input module, National Instruments Part Number 779516-01 Include all F.O.B. Destination charges, 20, EA; LI 012, NI 9264 16 chnl analog output w/screw terms, National Instruments Part Number 779699-01 Include all F.O.B. Destination charges, 4, EA; LI 013, NI 9219 universal analog input, National Instruments Part Number 779781-01 Include all F.O.B. Destination charges, 4, EA; LI 014, NI 9201 voltage input module, screw terminal, National Instruments Part Number 779013-01 Include all F.O.B. Destination charges, 20, EA; LI 015, NI 9472 digital out module, National Instruments Part Number 779004-01 Include all F.O.B. Destination charges, 20, EA; LI 016, NI 9263 voltage output module, National Instruments Part Number 779012-01 Include all F.O.B. Destination charges, 20, EA; LI 017, NI 9265 current output module, National Instruments Part Number 779334-01 Include all F.O.B. Destination charges, 20, EA; LI 018, NI 9485 solid state relay mod, 8 ch, National Instruments Part Number 779699-01 Include all F.O.B. Destination charges, 8, EA; LI 019, NI 9423 digital input module, National Instruments Part Number779009-01 Include all F.O.B. Destination charges, 8, 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, MCC Hood - ICO Dugway 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. MCC Hood - ICO Dugway 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products. FOB Destination CONUS (CONtinental U.S.). No partial shipments unless otherwise specified. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, ALT 1, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The selected Offeror must comply with the following commercial item terms and conditions. 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractor?s Debarred, Suspended. Or Proposed for Debarment; 52.219-6 Notice of total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict labor (June 2003)(E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor registratoin52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) The selected Offeror must comply with the following commercial item terms and conditions. 252.225-7001, 252.203-7000,Requirements relating to Compensation of Former DoD Officials; 252.211-7003, Item Identification and Valuations Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items; 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests and 252-247-7023, ALT III, Transportation of Supplies by Sea U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a)January 1st(f)1st Monday in September (b)3rd Monday in January(g)2nd Monday in October (c)3rd Monday in February(h)November 11th (d)Last Monday in May(i)4th Thursday in November (e)July 4th (j)December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. (a)References: Secretary of the Army memorandum ?Accounting for Contract Services? dated 7 Jan 2005. (b)Description: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL contractor personnel (including subcontractor personnel) required for the performance of this contract. (c)Delivery Instructions: The Contractor is required to completely fill in all of the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. (d)Preparation Instructions: The required information includes: (1)Contracting Office; Contracting Officer; Contracting Officer?s Technical Representative; (2)Contract Number; including task and delivery order number; (3)Beginning and ending dates covered by reporting period; (4)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5)Estimated direct labor hours (including sub-contractors); (6)Estimated direct labor hours paid this reporting period (including sub-contractors); (7)Total payments (including sub-contractors); (8)Predominant Federal Service Code (FSC) reflecting the services provided by the contractor (and separate predominant FSC for each sub-contractor if different); (9)Estimated data collection cost; (10)Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity; (11)Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas locations, using standardized nomenclature provided on the website); (12)Presence of deployment of contingency contract language; and (13)Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30th of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from the Contractor?s systems to a secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolutions forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile Number (703) 806-8866 or 8875 Packages sent by FEDEX or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest procedures. (a)The Government and the contractor understand and agree that the services to be delivered under this contract by the contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the contractor and/or between the Government and the contractor?s employees. It is therefore in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations. (b)Contractor personnel under this contract shall not: (1)be placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian. (2)be placed in a staff or policy making position. (3)be placed in a position of command, supervision, administration of control over DA Military or Civilian Personnel, or personnel of other contractors, or become a part of the Government organization. (4)be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations of DA or the Civil Service Commission. (5)be used in administration or supervision of military procurement activities. (c)Employee Relationship: (1)The services to be performed under this contract do not require the contractor or his employees to exercise personal judgment and discretion on behalf of the Government, but rather the contractor?s employees will act and exercise personal judgment and discretion on behalf of the contractor. (2)Rules, regulations, directions, and requirements which are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter the installation, or who travel on Government transportation. This stipulation is not to be construed or interpreted to establish any degree of Government control which is inconsistent with a non-personal services contract. Questions concerning this buy must be submitted at least 2 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a5c4b66bde6e3cab3c8fc3cb3eacc6e)
 
Place of Performance
Address: Dugway, UT 84022
Zip Code: 84022
 
Record
SN02797910-W 20120712/120710234944-9a5c4b66bde6e3cab3c8fc3cb3eacc6e (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.