Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2014 FBO #4465
SOLICITATION NOTICE

99 -- TCC Course Equipment

Notice Date
2/12/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2230 Gallows Rd, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
PR3161964
 
Response Due
2/19/2014
 
Archive Date
8/18/2014
 
Point of Contact
Name: Ronald Rokosz, Title: Logistics Coordinator, Phone: 5712269623, Fax:
 
E-Mail Address
rokoszrj@state.gov;
 
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 PR3161964 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 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 452111 with a small business size standard of $30.00M.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 2014-02-19 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Sterling, VA 20166 The Department of State requires the following items, Meet or Exceed, to the following: LI 001: Surge Protector: Belkin Home/Office Series Surge Protector - 6 outlets, 6" cord, with Rotatable oulets with a 1500 Joule Rating. (must provide mfg and part number), 2, EA; LI 002: Wireless Presenter w/Laser Pointer: USB, Maximum Operating Distance - 30 ft, w/ Limited Warranty (must provide mfg and part number), 2, EA; LI 003: Extension Cord 50': Fellowes heavy-Duty Indoor/Outdoor Extension Cord 50? Orange, UL Certified (must provide mfg and part number), 3, EA; LI 004: Hand Sanitizer, 2 Liter Large Bottle (must provide mfg and part number), 2, EA; LI 005: 1000 Watt Step Up/Step Down Transformer: 110V AC to 220V AC or 220V AC to 110V AC, Built-in (non-detachable) power cord with strain relief, Fused Protection, Safety polarized input switch, Universal output receptacles (will accept European 2 round pin plug, North American 2 flat pin and 3 prong plug)Heavy Duty Transformer for safety and reliability (must provide mfg and part number), 2, EA; LI 006: Binoculars: 10 x 42mm- Advanced fushion Hybrid lens system. Twist-up eyecaps. Rugged lightweight scratch residstent chassis. Locking center diopter adjustment dial. 100% waterproof/fogproof/dustproof construction. Neck strap and carrying case included. BaK-4 roof or poro prisms. (must provide mfg and part number), 10, EA; LI 007: Motorola Radio: Product Features Full 22-frequency capacity with 121 privacy codes to reduce interruptions during transmission 7 NOAA channels for weather broadcasting, with warnings of incoming storms or dangerous conditions Alert button transmits emergency alert siren followed by transmission of spoken/incidental sounds iVOX hands-free communication without the need for an audio accessory, Built-in flashlight, backlit display, battery meter, advanced priority scan, and QT quiet talk interruption filter, 2 per pack (must provide mfg and part number), 6, EA; LI 008: Digital Camera: 16x Optical zoom and 28mm Wide-Angle lens with Optical Image Stabilizer, Capture breathtaking 720p HD video in stereo sound with a Dedicated movie button; zoom while shooting and play back videos on an HDTV via the HDMI output, Large 3.0-inch LCD offers easy viewing from a wide angle, Smart AUTO intelligently selects the proper settings for the camera based on 32 predefined shooting situations to ensure the best possible image capture for stills or video, Intelligent IS automatically chooses from 6 different modes to optimize Image stabilization for shake-free images in a wide variety of conditions ?? AA Battery power provides added convenience, Specifications: Sensor Type: 16.0 Megapixel, 1/2.3-inch CCD, Effective Pixels: Approx. 16.0 Megapixel, Lens: 16x Optical Zoom; 5.0 (W) - 80.0mm (T) (35mm film equivalent: 28 (W) - 448mm (T)) Focal Length, LCD: 3.0-inch TFT Color LCD with wide-viewing angle (230K dots), Sensitivity: ISO 80-800, Flash: Built-in Flash, File Format: DPOF V1.1, Exif 2.3 (JPEG), MOV (H.264), Number of Recording Pixels: Still up to 4608 x 2592; Movie up to HD 1280 x 720 (25fps) or 640 x 480 (30 fps), Storage Media: SD/SDHC/SDXC Memory Card, Interface: Mini HDMI, Stereo out (dedicated connector), Power Source: 2 x AA Alkaline batteries, Dimensions (WxHxD): 4.37 x 2.85 x 1.74 in, ?? Weight: Approx. 8.57 oz. (body only) INCLUDE: 3x 4GB Memory Cards (must provide mfg and part number), 6, EA; LI 009: Spotting Scope 15-45x 60mm First Focal Mil-Dot Reticle features a compact folded light path design and ED Prime Extra-Low Dispersion Flurite glass that is multi-coated for outstanding resolution, color and maximum light transmission. It also features a Mil-Dot reticle located in the first focal plane to aid in ranging your target. Includes a tripod, a hard and a soft case (must provide mfg and part number), 4, EA; LI 010: Mini Mag LED: 5.11 ATAC A2 Flashlight with Belt Clip - ATAC A2 Light with Clip Holster. Aerospace grade aluminum, (2) AA Duracell Batteries included. Regulated circuit for maximum output, Cree?? XP-E LED, Gold Plated contacts. Intelligent switch with high/Low/Strobe, Momentary -On Switch, stamped metal pocket clip, Black TPR Soft Touch Anti-Roll Ring, Break-Away lanyard included, Water Resistant Construction (must provide mfg and part number), 30, EA; LI 011: Laser Range Finder: Bushnell Elite 1 Mile ARC is a remarkable advantage for long-range shooters. 7x magnification VDT (Vivid Display Technology) 2nd Generation E.S.P. (Extreme. Speed. Precision.) - Provides up to 1/2 yard accuracy and 1/10-yard display precision VSI (Variable Sight-in) Rifle Mode ? provides bullet-drop/holdover in CM, IN, MOA & MIL. BullsEye,? Brush? and Scan mode Range: 5?1760 yards Diopter adjustment Compatible with magnetic attachment system Fully waterproof Built-in tripod mount Posi-Thread? battery door(must provide mfg and part number), 6, EA; LI 012: BackPack, 3-Day, Black G.I.: Constructed of 1000 denier nylon with reinforced stiching for durability. Hydration compatible. Dual compression straps. Interior compartment for gear organization. Removeable 2" waist stap. Minimum dimensions should be 19 x 13 x 12 inches. (must provide mfg and part number), 10, EA; LI 013: Mirror & Flashlight Brackets, Search: Under Carriage 8" Inspection Mirror which features flaslight brackets, fits D Cell Flashlights, reflect off mirror and has an adjustable convex mirror. (must provide mfg and part number), 6, EA; LI 014: Maglite D-Cell, 3 D-Cell Batteries: Maglite ST2D016 - Black 2 D LED Flashlight (must provide mfg and part number), 6, EA; LI 015: Crime Scene Tape: 1000' Roll (must provide mfg and part number), 4, RL; LI 016: Silva Ranger Type 515CL Compass - With scales of 1:24,000, 1:25,000, and 1:50,000, the Silva Ranger 515 CL sighting compass makes plotting easy no matter which type of topographic map you're using. Other versatile compass features include a 0-360 degree bezel with 2 degree increments, clinometer, 1/20-inch scale, millimeter rules, silicone feet for map gripping, adjustable declination, sighting mirror with vee notch, and lanyard with adjustable slider. Dimensions: 4" x 2-1/2", Overall Weight: 2.3 oz (must provide mfg and part number), 6, EA; LI 017: Drafting Compass (must provide mfg and part number), 4, EA; LI 018: Acetate: 25"X 12 ft roll, glossy on both sides (must provide mfg and part number), 1, RL; LI 019: Paper Towels (must provide mfg and part number), 8, RL; 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, Department of State 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. Department of State 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. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. 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, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. The Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price, among others. 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: Technical Compliance with Solicitation ________________________________________________ Delivery and Warranty Information ________________________________________________ Past Performance ________________________________________________ Price _______________ Technical and past performance, when combined, are more important than price. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 90 Calendar Days of receiving final delivery. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. Delivery must be made within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - required to make delivery after it receives a purchase order from the buyer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/PR3161964/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN03287897-W 20140214/140212234852-8ba402036cfd50525ca5360942fd1b3c (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.