Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
MODIFICATION

74 -- Printing/Binding Equipment

Notice Date
7/13/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
935 Pennsylvania Avenue NW, Washington, DC 20535
 
ZIP Code
20535
 
Solicitation Number
FCU2123121904A
 
Response Due
7/17/2012
 
Archive Date
1/13/2013
 
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 FCU2123121904A 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 333293 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 2012-07-17 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Washington, DC 20535 The Federal Bureau of Investigation requires the following items, Meet or Exceed, to the following: LI 001, Coil Punching Machine (refer to attached Statement of Work for technical specifications)., 1, EA; LI 002, Spool Coil Binding System (refer to attached Statement of Work for technical specifications)., 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, Federal Bureau of Investigation 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. Federal Bureau of Investigation 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 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. No partial shipments are permitted unless specifically authorized at the time of award. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. 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 ; Addenda FAR 52.233-02, FAR 52.212-3 Offeror Representations and Certifications-Commercial Items-the selected offeror must submit a completed copy of the listed representations and certifications or must be registered on ORCA. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; Addenda 52.252-2, 52.223-4, 52.223-5, 52.223-6;FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.203-13, 52.203-15, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.222-3 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222.40, 52.222-54, 52.223-15, 52.223-18,52.225-13, 52.232-33, 52.232-19, 52.232-34,52.239-1 and 52.247-4. Product or Service must be in compliance with Environmental, Energy and Water Efficiency, Renewable Energy Technologies, Occupational Safety, and Drug-Free Workplace FAR 52.223-1 through 52.223-17, 52.2-404 and 52.211-5 The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. To have a bid considered for award, all offerors must provide manufacturer, part #, and extended specifications of the exact model being provided for all line items, no exceptions. Failure to provide this information will result in a 'non-responsive' bid and removal from award consideration. In addition of providing pricing at www.fedbid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposals, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted with your bid or to clientservices@fedbid.com. Interested offerors must submit any questions concerning this solicitation at the earliest time possible to enable the Buyer to respond. Questions can be submitted by using the "Submit a Question" button. This buy will then be reposted with Q&A based on the questions that come in. Questions not received within a reasonable time prior to the close of the solicitation may not be considered. Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ?DUNS? or ?DUNS+4? followed by the DUNS or DUNS+4 number that identifies the offeror?s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. The offeror shall provide three (3) past performance questionnaires to the previous entities where the offeror performed a contract within the last 3 years. The past performance questionnaires are attached to this solicitation. It must include names and telephone numbers of point of contacts and contract numbers for each identified contract. The Offeror shall provide to three (3) references with instructions that the questionnaire should be completed and forwarded by e-mail or facsimile to the individual identified in the attached past performance questionnaire. Past Performance Questionnaires are due by the close date of the solicitation. In accordance with Section 543 and 544 of Title Y, Division B of the Further Continuing Appropriations Act, 2012 (Pub. L. 112-55), none of the funds made available by the Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation (I) convicted of a felony criminal violation of any Federal law within the preceding 24 months, unless an agency has considered suspension and debarment of the corporation and made a determination that this further Action is not necessary to protect the interests of the Government, or (2) with an upaid federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless an agency has considered suspension and debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) By accepting this award or order, in writing or by performance. The offeror/contractor represents that- (1) the offeror/contractor is not a corporation convicted of a felony criminal violation under any Federal law within the preceding 24 months; and (2) the offeror/contractor is not a corporation that has any unpaid Federal tax liability that has been assessed for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. The contractor must indicate his business size on each invoice to assist the payment office in determining eligibility for accelerated payment in accordance with OMB MEMO M-11-32, ?Accelerating Payments to Small Businesses for Goods and Services,? dated 10/14/2011. The prompt payment act still applies to this action; however the agency will make best efforts to pay proper invoices within 15 days. Please see attachment labeled "Security Clauses" for requirements that offeror shall comply under this contract When applicable, any travel related expenses and per diem must be in accordance with the Federal Travel Regulations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/FedBid/FCU2123121904A/listing.html)
 
Place of Performance
Address: Washington, DC 20535
Zip Code: 20535
 
Record
SN02803468-W 20120715/120714000321-83f916db11f2f6db193e1fb2ee133b62 (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.