Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
MODIFICATION

36 -- FWA-Tactical Robot and Accessories

Notice Date
7/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
RCO Wainwright (PARC Pacific, 413th CSB), PO Box 35510, 1064 Apple Street, Fort Wainwright, AK 99703-0510
 
ZIP Code
99703-0510
 
Solicitation Number
W912D0-14-T-ROBOT
 
Response Due
8/18/2014
 
Archive Date
9/22/2014
 
Point of Contact
Valerie Perry, 907-353-4019
 
E-Mail Address
RCO Wainwright (PARC Pacific, 413th CSB)
(valerie.d.perry@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
***Modification***** This modification is to extend the close out date to Monday, 18 August 2014. 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 W912D0-14-T-ROBOT is hereby issued by the Regional Contracting Office, Alaska, 1064 Apple St., Fort Wainwright, AK, 99703, as a Request for Quote (RFQ) Tactical Robot and Accessories. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72, Effective 01 Jul 2014. This acquisition will be solicited using the North American Industry Classification Standards (NAICS) code 333999 size standard is 500 Employees and a 100% Small Business Set-Aside. Description of Requirement: The contractor shall be able to provide the Tactical Robot and Accessories identified in the attached document titled quote mark Specifications quote mark. A Firm Fixed Price Purchase Order will be Awarded only to contractors who have registered with System for Award Management (SAM). Vendors may register at: https://www.sam.gov/portal/public/SAM/. Delivery (F.o.b. Destination): SUP DIV DOL 3030 Gaffney Rd Fort Wainwright, Alaska 99703 Evaluation Criteria/Basis for Award: The Government will enter into a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Evaluation Factor: 1. Price: Lowest Price Technically Acceptable (LPTA) Payment Information: Payments will be made in accordance with FAR 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Work Flow (WAWF). Vendors are required to have a WAWF account. Procedures for using WAWF are found in DFARSS 252.232-7003, Electronic Submission of Payment Requests. Quote Information: Quote shall be structured to show an Item Number breakdown of the requirement and should reflect a firm-fixed-price for each. See Attachment - Quote Sheet. The quote must include the Solicitation Number, Business size, discount/payment terms, estimated delivery date after receipt of order and be signed by an authorized company representative. Offeror must include Taxpayer Identification Number (TIN), Cage Code and address. All questions must be submitted by close of business Friday July18, 2014. Quotes shall be submitted and received no later than Wednesday, July 30, 2014 at 1700 hours (5:00 P.M.) Alaska Standard Time. Quotes may be emailed to the Points of Contact listed below. Clauses and Provisions: The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract. The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.gov/far. FAR 52.204-7, System for Award Management FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items and any addenda FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items and any addenda FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-28, Post-Award Small Business Program Representations FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving. FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.225-18, Place of Manufacture FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities related to Iran Representation and Certification FAR 52.232-1, Payments FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.243-1, Changes FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.o.b. Destination DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.211-7003, Item Identification and Valuation DFARS 252.225-7001, Buy American Act And Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Request DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023, Transportation by Sea and Air (xiii). The following clauses and provisions are incorporated by Full text (See Attachments) and are to remain in full force in any resultant contract. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Include a completed copy of the provision with your offer) FAR 52.219-1, Small Business Program Representations (Include a completed copy of the provision with your offer) FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (Include a completed copy with your offer) Contact Information: POC: Valerie Perry email at valerie.d.perry.civ@mail.mil Alt POC: John Quarles email at john.r.quarles.civ@mail.mil Address: Regional Contracting Office-Alaska; BLDG 1064 Apple Street, Room 201, Fort Wainwright, Alaska 99703
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bee369e9f14d15fed465e62204688fc8)
 
Place of Performance
Address: RCO Wainwright (PARC Pacific, 413th CSB) PO Box 35510, 1064 Apple Street Fort Wainwright AK
Zip Code: 99703-0510
 
Record
SN03437105-W 20140726/140724235715-bee369e9f14d15fed465e62204688fc8 (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.