Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

59 -- STT Shore Power Cable

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
6001 Combat Drive, APG, MD 21005
 
ZIP Code
21005
 
Solicitation Number
W15P7T-14-R-0030
 
Response Due
9/25/2014
 
Archive Date
3/24/2015
 
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
CANCELLATION 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 W15P7T-14-R-0030 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334417 with a small business size standard of 500.00 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 2014-09-25 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Aberdeen Proving Ground, MD 21005 The APG - Division B requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: First Article Test (FAT) Items: Within ninety (90) days of award, Offeror will manufacture and deliver three (3) Satellite Transportable Terminal (STT) Shore Power Cables as First Article Test Items in accordance with the plans and specifications provided by the US Government. The US Government will have thirty (30) days to test and evaluate the FAT Items, recommend changes and then authorize Full Rate Production (FRP). If the US Government requires changes, the Offeror shall, at its own expense, have thirty (30) days to make those changes and resubmit for re-evaluation. The US Government shall complete its reevaluation within fifteen (15) days of receipt of the FAT Items., 3, EA; LI 002: OPTION for Full Rate Production (FRP): Upon completion of First Article Testing that is Satisfactory to the US Government, Contractor will be authorized to commence with Full Rate Production (FRP) by the written exercise of this contract option pursuant to FAR clause 52.217-7. Contractor shall maintain production of at least 20 units per week until the entire order is delivered. This level of production shall be achieved within 60 days of Authorization to commence FRP., 2000, 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, APG - Division B 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. APG - Division B 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. Pursuant to FAR sub-part 13.500, this acquisition will be conducted using simplified procedures (FAR Part 12) to acquire supplies and services in amounts greater than the simplified acquisition threshold but not exceeding $6.5 million, including options. The contracting officer reasonably expects, based on the nature of the supplies or services sought, and on market research, that offers will include only commercial items. The purpose of this test program is to vest contracting officers with additional procedural discretion and flexibility, so that commercial item acquisitions in this dollar range may be solicited, offered, evaluated, and awarded in a simplified manner that maximizes efficiency and economy and minimizes burden and administrative costs for both the Government and industry (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 3305, 3306, and chapter 37, Awarding of Contracts). 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/. The additional provisions and clauses required by DFARS subpart 212.301 apply to all DoD solicitations and contracts using FAR part 12 procedures for the acquisition of commercial items. A full listing of these clauses is attached and is incorporated herein by reference. If the offeror has completed any of the provisions listed in this paragraph electronically as part of its annual representations and certifications at https://www.acquisition.gov, the contracting officer shall consider this information instead of requiring the offeror to complete these provisions for a particular solicitation. Bid MUST be good for 30 calendar days after close of Buy. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with FAR clause 52.209-4 -- First Article Approval -- Government Testing (Sep 1989), which is incorporated by reference. The full text of this clause is attached in the document titled "Special Clauses" and has specific instructions unique to this acquisition. The selected Offeror must comply with FAR provision 52.209-7, Information Regarding Responsibility Matters, and 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters, which are incorporated by reference. The full text of all special clauses are attached. **The Offeror is required to respond whether or not they have current active Federal contracts and grants with total value greater than $10,000,000, in accordance with the provision** The Government intends to award to the Lowest Price Technically Acceptable proposal in accordance with FAR provision 52.212-2 -- Evaluation -- Commercial Items, which is incorporated herein by reference. The full text of this clause is attached in the document titled "Special Clauses" and has specific instructions unique to this acquisition. The selected Offeror must comply with FAR clause 52.213-1 -- Fast Payment Procedure (May 2006), which is incorporated by reference. 52.217-5 -- Evaluation of Options (Jul 1990): Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-7 -- Option for Increased Quantity -- Separately Priced Line Item (Mar 1989): The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within fourteen (14) days of completion of First Article Testing. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. The selected Offeror must comply with FAR clause 52.227-13 -- Patent Rights - Ownership by the Government (Dec 2007), which is incorporated by reference. The full text of all special clauses are attached. The selected Offeror must comply with FAR clause 52.227-14 -- Rights in Data -- General (May 2014), which is incorporated by reference. The full text of all special clauses are attached. 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998): This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.252-2 -- Clauses Incorporated by Reference (Feb 1998): This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c2a18e1b9ef8f4f35b28860dd8ec526c)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005
Zip Code: 21005
 
Record
SN03518825-W 20140920/140919000311-c2a18e1b9ef8f4f35b28860dd8ec526c (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.