Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
MODIFICATION

42 -- ZOLL AED

Notice Date
7/28/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1792 12T STREET, FORT RILEY, KS 66441
 
ZIP Code
66441
 
Solicitation Number
W911RX-14-Q-1AED
 
Response Due
7/31/2014
 
Archive Date
1/27/2015
 
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
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number W911RX-14-Q-1AED. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 639339_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-31 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Riley, KS 66442 The MICC Fort Riley requires the following items, Exact Match Only, to the following: LI 001: The following items are shall be included in each ZOLL AED PACKAGE provided: (1) Brand New ZOLL AED Plus (w/AED Cover for Public Safety) (1) Manufacturer's Warranty (1) CPR-D Padz- 1 Set (1) Duracell Lithium Battery Set (w/sleeve) (1) ZOLL AED Plus Demo & Set-Up CD (1) ZOLL AED Plus Operator's Guide (1) Heart Smart AED Wall Cabinet w/Standard Alarm (HST-CAB01) (1) Heart Smart AED Projection Wall Sign (2-Way) (HST-WS01) (1) CPR/AED Rescue Kit (1) AED Inspection Tag (1) AED Facility Decal (1) Pedi-Padz II Pediatric Multi-function electrodes., 25, 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. A Seller 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 seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. All of Fort Riley's buy terms apply to this solicitation. The following Combined Synopsis/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. IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicition, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. 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. 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. IAW 52.212-1(g), Contract award (not applicable for solicitations under FAR PART 14). 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. 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 Please contact the following for any concerns regarding the solicitation and/or award of this requirement: Jennifer Pacheco Contracting Officer MICC - Fort Riley Com: 785.239.4586 Email: jennifer.l.pacheco19.civ@mail.mil At any time during and/or closing of the RFQ solicitation, all clarifications, discussions, or changes (as applicable) will be conducted ONLY by the Contracting Officer, MICC Fort Riley, Kansas. Any correspondence (electronic or verbal) presented to the vendor marketplace during the RFQ buy period by the FEDBID Staff, to include Quality Assurance, will be rejected by the Contracting Officer. No FEBBID correspondence will be accepted by MICC Fort Riley without prior coordination and approval from the Contracting Officer. The applicable NAICS code for this procurement is 334510 with the related size standard of 1000 employees (or dollars). The vendor must be actively registered in that NAICS or a similar NAICS with appropriate size standard Prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer not ineligible for award. A similar NAICS Code other than the NAICS Code identifed in this buy term shall be used as a factor to determine technical capability. Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ?late? and may not be considered IAW with 52.212-1(f).At any time during or after the close of the solicitation, all clarifications, communications, or discussions, as applicable, will ONLY be conducted by the government. Any electronic or verbal correspondence presented by the FEDBID Online Marketplace, to include the FEDBID's Quality Assurance Team, will not be part of the evaluation process for MICC Fort Riley. FEDBID does not have the authority to extend to solicitation, accept documentation after the close of the solicitation without prior coordination and/or approval from the Contracting Officer. Pursuant FAR Subsection 1.602-2, Contracting officers are responsible for ensuring performance of all necessary actions for effective contracting, ensuring compliance with the terms of the contract, and safeguarding the interests of the United States in its contractual relationships. In order to perform these responsibilities, contracting officers should be allowed wide latitude to exercise business judgment; and (b) Ensure that contractors receive impartial, fair, and equitable treatment. 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 07/29/2014 NLT 1100am (CST) may not be considered. IAW 52.212-2: 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)). 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-Vendor must fill out and sign the attachment "Brand Name of Equal" provided by the government. Offers shall be deemed incomplete and ineligible for award if not returned as instructed. 2-Vendor must submit specification sheet on item offered. Specification sheet must present all information to evaluated item against required salient features list by the government. The government is not responsible for researching any information on the item offered. Imcomplete specification will deem the vendor as incomplete and ineligible for award. 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, 52.211-6, 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, 252.204-7003, 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),52.222-36 Under FAR Part 12, streamlined procedures for commercial acquisitions, a debrief is not required. The government will not offer a debrief for this requirement. Quote MUST be good for 30 calendar days after close of Buy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a05c8a20b349cdaa5a6a4f24db93010b)
 
Place of Performance
Address: Fort Riley, KS 66442
Zip Code: 66442
 
Record
SN03440071-W 20140730/140728234912-a05c8a20b349cdaa5a6a4f24db93010b (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.