Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

71 -- Office Enclosures for YPG

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1792 12th St, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W911RX-14-Q-0039
 
Response Due
7/22/2014
 
Archive Date
1/18/2015
 
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
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 W911RX-14-Q-0039 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 337127 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 2014-07-22 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Yuma, AZ 85365 The MICC Fort Riley requires the following items, Meet or Exceed, to the following: LI 001: Office Enclosures- please see attached specifications on these enclosures, 8, EA; LI 002: Installation of Enclosures, 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, MICC Fort Riley 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 Riley 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. 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. Delivery must be made within the specified number of days after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. 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 https://www.acquisition.gov/far/. Offeror must be registered in the Online Representations and Certifications Application (ORCA) database before an award can be made to them. If the offeror is not registered in ORCA, it may do so through the ORCA website at https://orca.bpn.gov. All of Fort Riley's buy terms apply to this solicitation. The following solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, Commercial Items. Quotes failing to met all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price purchase order will be awarded as a result of this solicitation. Please see FAR 13.004-Legal effect of quotations Far Clause 52.219-6 and 52.219-6 Alternate 1Notice of total Small Business Set Aside. Alternate 1 is applicable when the SBA wavied the non-manufacturer rule. See current Class Waivers at http://www.sba.gov/content/class-waivers. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the government to respond. Questions can be submitted by using the 'Submit a Question' button. Questions not received prior to xx/xx/xxxx may not be considered. This solicitation requires registration with the System for Award Management (SAM) to be eligible for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The applicable NAICS code for this procurement is 337214 with the related size standard of 500 employees (or dollars). The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote as incomplete and ineligible for award. Quote MUST be good for 30 calendar days after close of Buy. DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports. I n accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) at https://www.sam.gov. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The Government will award a firm fixed price 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: price, technical capability, past performance, and delivery of the item offered to meet the Government requirement. All evaluation factors other than price, when combined, are equally important as price (Lowest Price Technically Acceptable (LPTA)). 1. Offeror may submit quotes for alternate brand name items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Offeror MUST enter exactly what they are offering (including make, model and description) into the blank description field in order for the quote to be considered. The government will evaluate 'equal' items on the basis of information furnished by the Offeror or identified in the quote and reasonably available to the government. The government is not responsible for locating or obtaining any information not identified in the quote. 2. Technical Evaluation will be performed on all alternate brand names and/or models. Alternate Brand Names and/or models will be evaluated against all listed required specifications provided by the government. Item shall meet all of the salient physical, functional, or performance characteristics specified by this solicitation to be consider technically acceptable. Offeror must present a line by line comparison of alternative products using manufacturer name, model/part number, and salient features. 3. Offerors must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the Offerors? quote specification block are not acceptable responses. Techncial Evaluation Technical Evaluation will be performed on all salient features and/or charactertics provided by the vendor only. The vendor's specifications will be evaluated against all listed required specifications provided by the government. Item shall meet all of the salient physical, functional, or performance characteristics specified by this solicitation to be consider technically acceptable. In addition to providing pricing, Vendor must include certain non-pricing information as document(s) attached to their quote, so they are received no later than the closing date and time of this RFQ. Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size.Pricing will not be accepted if it is included in the attachment(s). A Vendor?s failure to comply with these terms shall result in its quote being determined incomplete and shall not be evaluated. The attachment(s) must include the following information: 1- 2- Far Clause 52.247-34 F.o.b. Destination applies. 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. Delivery must be made within the specified number of days after receipt of order (ARO). The Offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation unless otherwise specified at time of order. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation unless otherwise specified at time of order. The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far Provisions: 52.204-7, 52.207-2, 52.212-1, 52.212-3,52.222-22, 52.209-2, 52.223-18, 252.203-7005, 252.206-7000 Clauses: 52.204-10, 52.204-13, 52.204-99, 52.209-10, 52.212-4, 52.212-5, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.222-51, 52.223-18, 52.225-13, 52.252-2, 52.252-6, 52.232-23, 52.232-39, 52.233-3, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000(when applicable), 252.204-7003, 252.204-7004 Alt A, 252.223-7008, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.243-7001, 252.244-7000, 252.225-7036 (Alternate I: ($25,000 to $49,999),Alternate II,($50,000 to $79,506), Alternate III:($79,507 to $100,000)) Exceptions: NONE Solicitations and Contracts valued at $15,000 or above: 52.222-36 Solicitations and Contracts valued at $30,000 or above: 52.209-6 Solicitations and Contracts valued at $100,000 or above: 52.222-35 and 52.222-37 When applicable: FAR Clause 52.223: 15-Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). DFARS Clause 252.204-7000: Disclosure of Information (August 2013) Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests must be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the contracting officer for resolution. 2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: 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 e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40f3b19acaa15403665464197af28619)
 
Place of Performance
Address: Yuma, AZ 85365
Zip Code: 85365-9113
 
Record
SN03428569-W 20140719/140717235302-40f3b19acaa15403665464197af28619 (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.