Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
MODIFICATION

58 -- 42 Inch LED TV

Notice Date
9/10/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1968 Gilbert Street, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N0006114RC015AD
 
Response Due
9/15/2014
 
Archive Date
3/14/2015
 
Point of Contact
Name: James Griffin, Title: Contract Specialist, Phone: 7574431335, Fax:
 
E-Mail Address
james.r.griffin2@navy.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 N0006114RC015AD and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-15 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Naples, null 80144 The FLC - Norfolk requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Must Meet or Exceed: These TVs are destined for overseas. We require a built in DVB-T tuner to interface with the command broadcast system in Naples, Italy Product Type:TV Size: 40?- 42? Non-wireless Product Description: TV with both Digital and Analog tuners Power: 110-240 VAC Sound Output Mode: Stereo TV Tuner: 1x analogue, 1x DVB digital tuner HDCP Compatible: Yes HDMI Ports Qty: 2 port(s) Video Interface: Component, composite, HDMI, SCART Stereo Reception System: NICAM Speaker System: Built in speakers USB Port: Features Picture (USB) : JPEG Base / JPEG Progressive, PNG non interlace / PNG interlace, BMP Audio (USB) : MPEG1 layer 3 MP3, M4A / AAC, LPCM, WAV, Video (USB) : dat / mpg / mpeg, ts / trp / tp / m2ts, vob, mp4, mkv, divx / avi, Motion JPEG, m4v, flv PC Interface: VGA (HD-15) Digital TV Tuner: DVB-T, DVB-C, DVB-C(HD), DVB-S, DVB-S2 (HD), H.264, DVB Common Interface+ (CI+) v1.3 Analog TV tuner: NTSC and PAL Product Type: LED Diagonal Size:40?-42? Connector Type: RS-232 (AV Control) 2 x HDMI ( 19 pin HDMI Type A ) 1 x component video input ( RCA phono x 3 ) ? 1 x composite video input 1 x audio line-in ( RCA phono x 2 ) 1 x audio line-out / headphones ( mini-phone stereo 3.5 mm ) 1 x VGA input ( 15 PIN HD D-Sub (HD-15) ) 1 x USB ( 4 PIN USB Type A ) 1 x digital audio output (optical) Stands & Mounts Stand:Included Stand Design:Tabletop Flat Panel Mount Interface: 200 x 100 mm Quoters are instructed to comply with the instruction evaluation criteria herein. Shipping Address: Commander US Naval Forces Europe-Africa/Commander US Sixth Fleet N6 IN CARE OF: ITC S. Neumann, USN Viale fulco ruffo di calabria (FISC SIG NAP receiving) 80144 Capodichino, Naples Italy, 55, EA; LI 002: Peerless PeerCare Universal Articulating Arm Wall Mount/ Brand Name or Equal: Peerless PeerCare Universal Articulating Arm Wall Mount for 37-63; Flat Panel Screens, 130lbs Load Capacity, Antimicrobial White The Peerless PeerCare Universal Articulating Arm Wall Mount for 37-63" Flat Panel Screens (Antimicrobial White) reflects remarkable form and function. Extending the flat panel display up to 27.55" (700mm) from the wall and allowing for a full 180deg. of side-to-side motion for perfect view positioning of displays up to 60". Fine-tuning of the installation is simple with its side-to-side display leveling and 1" (25.4mm) of vertical adjustment features that help achieve perfection. This articulating arm also provides display centering on the wall plate and integrates a desirable cable management system, centering the flat panel on the wall when retracted and organizing and protecting the cables. Quoter are instructed to comply with the instruction evaluation criteria herein. Shipping Address: Commander US Naval Forces Europe-Africa/Commander US Sixth Fleet N6 IN CARE OF: ITC S. Neumann, USN Viale fulco ruffo di calabria (FISC SIG NAP receiving) 80144 Capodichino, Naples Italy, 55, 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, FLC - Norfolk 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334220 and the Small Business Standard is 750. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) System for Award Management SAM Maintenance Prohibition on Contracting with Entities Engaging in Certain Activities or TRansactions Relatong to Iran--Reps and Certs Unenforceability of Unauthorized Obligations Providing Accelerated Payments to Small Business Subcontractors System for Award Management Alternative Line Item Structure Safeguarding of Unclassified Controlled Technicial Information Disclosure of Information to Litigation Support Contractors Representation by Corporation Regarding an Unpaid Delinquent Tax Liability Prohibition of Hexavalent Chromium Qualifying Country Sources as Subcontractors Wide Area Workflow Payment Instructions Subcontract for Commercial Items Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Payment by Electronic Funds Transfer - SAM The quotation shall consist of two parts: (1) Technical acceptability and (2) price information. (1) Technical Acceptability - The technical proposal shall consist of descriptive information regarding the items identified in the solicitation. This information may include product literature or other narrative describing the products to be provided. The information provided should be presented in such a manner as to enable the Government to make a thorough and complete evaluation and arrive at a sound determination as to whether or not the products proposed and described will satisfy the requirements of the Government as stated in the solicitation. In the event an offeror proposes products that are other than the Brand Name specified, the offeror shall submit with its proposal information sufficient to comply with the requirements of FAR 52.211-6 Brand Name or Equal as follows: (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (2) Price - The prices offered shall be submitted in accordance with the Schedule of Supplies and Services contained in the solicitation. Vendors responding to this solicitation are advised that, prior to award, the government may request vendors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. Selection of a vendor for award will be based on two parts, as follows: (1) Technical Acceptability: The technical information submitted by each offeror will be evaluated against the specifications provided in the CLIN descriptions, Submission of Quotes, and Evaluation of Quotes and determined to either pass or fail. If the technical proposal is determined "fail", it renders the entire proposal technically unacceptable. If a technical rating of "fail" is assigned, the vendor may no longer be considered for award. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (2) Price - The vendor's proposed prices will be evaluated on the basis of price reasonableness. (b) The PCO will review all of the proposals. Upon completion of the above, a single award for all items will be made to the offeror whose quotation, conforming to the solicitation, is considered technically acceptable, i.e. received a "pass" evaluation for Technical Acceptability and whose offer is considered to be the lowest price. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Notice of Total Small Business Set-Aside Notice of Supply Chain Risk Supply Chain Risk
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0006114RC015AD/listing.html)
 
Place of Performance
Address: Naples, null 80144
Zip Code: 80144
 
Record
SN03505367-W 20140912/140911000129-85f9a0f4ab66c60c7705b754c769002f (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.