Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
MODIFICATION

84 -- Custom Police Badges

Notice Date
7/14/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
4215 Roberts Ave C-Wing 1st Floor, Ft Meade, MD 20755
 
ZIP Code
20755
 
Solicitation Number
W91QF6-14-T-0014
 
Response Due
7/18/2014
 
Archive Date
1/14/2015
 
Point of Contact
Name: Joy Penno, Title: Contract Specialist, Phone: 3016777854, Fax:
 
E-Mail Address
joy.t.penno.civ@mail.mil;
 
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 W91QF6-14-T-0014 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 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 0.00 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 2014-07-18 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Meade, MD 20755 The MICC Fort Meade requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: High-Gloss Gold Ray Police Badge, combines heavy electroplates layers of 24 carat gold with extremely hard protective clear coat. Must be Eagle top shield design or equivalent with equivalent lifetime warranty, middle seal must be official Department of the Army seal, standard block capital lettering in black. Must be EXACT TO SPECS, 20, EA; LI 002: High-Gloss Gold Ray Custom Police Wallet (Flat) Badge combines heavy electroplates layers of 24 carat gold with extremely hard protective clear coat. Must be Eagle top shield design or equivalent with equivalent lifetime warranty, middle seal must be official Department of the Army seal, standard block capital lettering in black.Must be EXACT TO SPECS, 10, EA; LI 003: High-Gloss Silver (Rhodium) with Gold Panel Custom Police Badge combines a bright two tone finish that forms a durable and consistent finish that will not tarnish. Must be Eagle top shield design or equivalent with equivalent lifetime warranty, middle seal must be official Department of the Army seal, standard block capital lettering in black.Must be EXACT TO SPECS, 16, EA; LI 004: High-Gloss Silver (Rhodium) with Gold Panel Custom Police Wallet (Flat) Badge combines a bright two tone finish that forms a durable and consistent finish that will not tarnish. Must be Eagle top shield design or equivalent with equivalent lifetime warranty, middle seal must be official Department of the Army seal, standard block capital lettering in black.Must be EXACT TO SPECS, 8, EA; LI 005: High-Gloss Silver (Rhodium) Custom Police Badge a bright and brilliant silver tone finish that will not tarnish, protective clear coat. Must be Eagle top shield design or equivalent with equivalent lifetime warranty, middle seal must be official Department of the Army seal, standard block capital lettering in black.Must be EXACT TO SPECS, 94, EA; LI 006: High-Gloss Silver Custom (Rhodium) Custom Police Wallet (Flat) Badge a bright and brilliant silver tone finish that will not tarnish, protective clear coat. Must be Eagle top shield design or equivalent with equivalent lifetime warranty, middle seal must be official Department of the Army seal, standard block capital lettering in black.Must be EXACT TO SPECS, 47, 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, MICC Fort Meade 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. MICC Fort Meade 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 30 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The System for Award Management (SAM) is the offical U.S. Government system that consolidates the capabilities of CCR/FedReg, ORCA and EPLS. Offerors must annually complete representations electronically at www.sam.gov. All offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. No partial shipments are permitted unless specifically authorized at the time of award. 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, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. (a) Definitions. As used in this clause? (1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when? (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer?s determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (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 Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) 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 35 calendar 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 HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. Lowest Price Technically Acceptable based on the specifications in the attached Salient Characteristics. Must have NAICS Code 332999. IAW FAR 52.219 this requirement will be set aside 100% for small business, only qualified sellers can bid. In accordance with FAR 52.212-1(g), "The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror?s initial offer should contain the offeror?s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received." Interested offerors must submit and questions concerning the solicitation by 4:00 P.M. EST Tuesday, July 15, 2014. Questions not received by 4:00 P.M. EST Tuesday, July 15,2014 will not be considered. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11b04f343201a572b09076e14987067e)
 
Place of Performance
Address: Fort Meade, MD 20755
Zip Code: 20755
 
Record
SN03424699-W 20140716/140715000541-11b04f343201a572b09076e14987067e (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.