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

59 -- AOV Scan Tool

Notice Date
7/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
USPFO for Alabama, P.O. Box 3715, Montgomery, AL 36109-0715
 
ZIP Code
36109-0715
 
Solicitation Number
W912JA13R0002
 
Response Due
7/17/2013
 
Archive Date
9/7/2013
 
Point of Contact
William C. Kast, 334-271-7333
 
E-Mail Address
USPFO for Alabama
(william.c.kast@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number: W912JA13R0002 Notice Type: Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. 2. Solicitation number W912JA-13-CSS-0001 is being issued as a Request for Quote (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. 3. Vendors must possess an active registration at www.sam.gov. Vendors which do not possess an active registration at the time their quotation is received will not be considered for award. Quotes from vendors which do not possess an active registration at www.sam.gov will be considered non-responsive and not considered in the competition. Registration/renewal at www.sam.gov is the responsibility of the vendor. 4. This requirement is being competed under Full and Open competition. The North American Industry Classification System (NAICS) code is 334515. 5. The Government intends to award a firm fixed price contract. The item being procured is a SOLUS Ultra Full-Function Scan Tool (Quantity 19 each) - BRAND NAME OR EQUAL. Offerors may offer equal products which possess the same salient characteristics/functionality of the item advertised. Quotes submitted for equal products must meet the following criteria to be considered responsive: a. General. i. Overall dimensions: Width 11 quote mark, Height 6 quote mark, Depth 2 quote mark. Weight: 2.6 lbs ii. Display screen: 7 quote mark diagonal, daylight-readable LCD; 800 x 480 pixel; Color; Resistive LCD touchscreen iii. Removable, rechargeable lithium-ion battery pack, 7.4V iv. Unique steady-charge battery technology charges through data cable when connected to vehicle v. Plug and play feature automatically powers up when connected to vehicle; Ready to work in 10-seconds vi. User-programmable shortcut key for popular functions vii. High-capacity microSD card contains the diagnostic software and stores your data files b. Software. i. Enhanced scanner diagnostics provide OEM-specific coverage for 1980-newer domestic vehicles; 1983-newer Asian vehicles; 1992-newer European vehicles (European vehicle coverage optional) ii. Read and clear codes, live data (PIDs), functional tests, relearns, adaptations iii. Exclusive Fast-Track Troubleshooter includes vehicle-specific code tips, symptom tips, tests and timesavers iv. Embedded operating system dedicated to diagnostic functions for speed and reliability v. Icon-based navigation for fast results vi. USB port for PC connectivity; Save, print and share results using Shopstream Connect software vii. Graph any four live data parameters on screen at once; View up to seven data parameters in text mode; Record all available data parameters in the background viii. Custom controls: PID trigger, zoom, freeze frame, custom data list, screen capture, snapshot, movie and cursor functions c. Standard Accessories Included. i. SOLUS Ultra scan tool ii. Upgradable software on microSD card iii. Keyless data cable for all OBD-II vehicle applications iv. Lithium-ion battery pack v. 110VAC power adapter and cord vi. USB cable for PC connection vii. Custom-fit blow-molded carrying case viii. Safety instructions ix. Quick-start guide x. User manual on CD 6. Shipping must be Free On Board (FOB) destination CONUS (Continental U.S.) to the USPFO Warehouse c/o DCSLOG 1740 Congressman Dickinson Drive Montgomery, Alabama 36109-0715. This 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. 7. Delivery date: 30 days from the date of award. 8. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted to Craig Kast via email at William.c.kast.civ@mail.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. 9. New equipment only. No re-manufactured components may be tendered as part of an offeror's quotation in response to this solicitation. All quoted items must be covered by the manufacturer's warranty. 10. The following provisions are applicable: 52.209-7 - Information Regarding Responsibility Matters 52.211-6 - Brand Name or Equal (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 Government's 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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. 52.212-1 - Instructions to Offerors - Commercial; 52.212-2 - Evaluation -- Commercial Items (a) 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; (ii) price; (iii) past performance (see FAR 15.304); (iv) Business types in order of priority: HUBZone, Small Disadvantaged Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, Section 8(a) businesses Technical, past performance, and business type, when combined, are approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. 52.212-3 Alt 1 - Offeror Representations and Certifications -- Commercial Items (Dec 2012) 52.233-2 - Service of Protest (Sep 2006) Service address is: USPFO Purchasing & Contracting 1740 Congressman Dickinson Drive Montgomery, Alabama 36109-0715 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998); http://farsite.hill.af.mil/ 252.203-7005 - Representation Relating to Former DoD Officials (Nov 2011); 252.204-7011 Alternative Line Item Structure 252.209-7001 - Disclosure of Ownership by the Government of a Terrorist Country (Jan 2009) 252.209-7998 - Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law (DEVIATION) (Dec 2012). 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (DEVIATION) (Jan 2012) 252.225-7000 - Buy American Act-Balance of Payments Program Certificate (Dec 2009) 252.225-7010 - Commercial Derivative Military Article, Specialty Metals Compliance Certificate 252.225-7018 - Photovoltaic Devices - Certificate 11. The following clauses are applicable: 52.203-3 - Gratuities 52.204-7 - Central Contractor Registration (Feb 2012); 52.212-4 - Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2012); 52.219-6 - Notice to Total Small Business Set Aside (Nov 2011); 52.219-8 - Utilization of Small Business Concerns (May 2011); 52.219-14 - Limitations on Subcontracting (Nov 2011); 52.222-3 - Convict Labor (Jun 2003); 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Mar 2012); 52.222-21 - Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Mar 2007); 52.222-35 - Equal Opportunity for Veterans (Sep 2010); 52.222-36 - Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 - Employment Reports on Veterans (Sep 2010) 52.222-40 - Notifications of Employee Rights Under the National Labor Relations Act 52.222-50 - Combating Trafficking in Persons (Feb 2009); 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008); 52.225-19 - Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States 52.232-18 - Availability of Funds (Apr 1984) 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004); 52.247-34 - F.O.B Destination (Nov 1991); 52.252-2 - Clauses Incorporated by Reference (Feb 1998); 52.252-6 - Authorized Deviations in Clauses (Feb 1998); 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.232.7010 - Levies on Contract Payments (Dec 2006) 12. Offers are due June 28th 2013 4:00pm CST at the USPFO Purchasing & Contracting 1740 Congressman Dickinson Drive Montgomery, Alabama 36109-0715. Offers may be emailed to William.c.kast.civ@mail.mil. 13. All submitted quotes must be valid through 4:00PM CST August 14th, 2013. 14. Place of Performance: USPFO for Alabama 1740 Congressman Dickinson Drive Montgomery, Alabama 36109-0715 15. Point of Contact(s): Craig Kast 334-271-7333 William.c.kast.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA01/W912JA13R0002/listing.html)
 
Place of Performance
Address: USPFO for Alabama P.O. Box 3715, Montgomery AL
Zip Code: 36109-0715
 
Record
SN03111154-W 20130711/130709235250-bc8433b5492dfe2d7b23444575078e61 (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.