Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

J -- Demodulator Conversion

Notice Date
7/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1942 Gaffney Street Suite 100, Pearl Harbor, HI 96860
 
ZIP Code
96860
 
Solicitation Number
R4358331690017
 
Response Due
7/18/2013
 
Archive Date
1/14/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
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 R4358331690017 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 811211 with a small business size standard of $7.00M.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-07-18 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Pearl Harbor, HI 96860 The FLC - Pearl Harbor requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Contractor shall repair and/or replace parts to current Alcatel Lucent Inc. demodulator (Part Number: 644-0068-004) to meet current specifications of an updated Alcatel Lucent Inc. demodulator (Part Number: 644-0068-003). Contractor shall perform to OEM standards. The Government is responsible for shipping demodulator to the Contractor. The Contractor is responsible for shipping repaired demodulator back to Pearl Harbor, Hawaii, 96860, FOB destination. Offeror shall provide an itemized break down of their quote to include at a minimum: Labor, parts, and shipping., 1, Group; 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, FLC - Pearl Harbor 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. Central Contractor Registration (Dec 2012) Central Contractor Registration Maintenance (Dec 2012) Instructions to Offerors (Feb 2012) Offeror Representations and Certifications -- Commercial Items (Dec 2012) Contract Terms and Conditions -- Commercial Items (Jun 2013) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2013) Combating Trafficking in Persons (FEB 2009) Protest After Award (AUG 1996) Applicable Law for Breach of Contract Claim (OCT 2004) Post Award Small Business Program Rerepresentation (Apr 2012) Convict Labor (June 2003) Child Labor--Cooperation with Authorities and Remedies (Mar 2012) Equal Opportunity (Mar 2007) Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) Restriction on Foreign Purchases (June 2008) Payment by Third Party (Feb 2010) Service Contract Act of 1965 (Nov 2007) Statement of Equivalent Rates (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class 2604, Electronic Mechanic Monetary Wage Wage Grade 11, Step 2 $25.10 + Fringe FOB Destination (Nov 1991) Solicitation Provisions Incorporated by Reference (Feb 1998) http://www.acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html Clauses Incorporated by Reference (Feb 1998) http://www.acquisition.gov/far/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html Control of Government Personnel Work Product (April 1992) System for Award Management (May 2013) Requirements Relating to Compensation of Former DOD Officials (Sept 2011) Buy American Act & Balance of Payments (Dec 2012) Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) Prohibition of Hexavalent Chromium (Jun 2013) Transportation of Supplies by Sea (Jun 2013) Alt III (May 2002) Buy American Act-Balance of Payments Program Certificate (Jun 2012) Levies on Contract Payments (Dec 2006) No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. Questions regarding this request for quote must be submitted by 12 July 2013 at 1000 Hrs HST. This will allow sufficient time to obtain answers and respond before the closing date of the solicitation. Questions received after this deadline will not be considered. (1) That the place of performance is currently unknown. (2) The possible places or areas of performance that the contracting officer has already identified are as follows: - Santa Barbara, California (3) That the contracting officer will obtain wage determinations for additional possible places of performance if asked to do so in writing. (4) Offerors must notify the contracting officer, Kristina Valencia at kristina.valencia@navy.mil by 12 July 2013 at 100 Hrs HST of additional places of performance. Service Contract Act -- Place of Performance Unknown (May 1989) (a) This contract is subject to the Service Contract Act, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by 12 July 2013 at 100 Hrs HST. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/R4358331690017/listing.html)
 
Place of Performance
Address: Pearl Harbor, HI 96860
Zip Code: 96860
 
Record
SN03110352-W 20130711/130709234431-5cf9d04ba0f0b2ff1a2a4ee7b9cbf933 (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.