Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
MODIFICATION

66 -- Precipitation Gauge Assembly

Notice Date
9/22/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1150 N. Curtis Rd., Boise, ID 83709
 
ZIP Code
83709
 
Solicitation Number
R14PS0040149077-2
 
Response Due
9/2/2014
 
Archive Date
3/1/2015
 
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
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 R14PS0040149077-2 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 334511 with a small business size standard of 750.00 employees.This requirement is unrestricted 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 2014-09-02 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Boise, ID 83706 The DOI BOR Boise Regional Office requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: WEIGHING PRECIPITATION GAUGE AND SHROUD ASSEMBLY: **Weighing precipitation gauge: ?Temperature range, compensated ?10 to +40 ?C ?Temperature range, safe ?20 to +70 ?C ?Excitation, maximum 15 VDC ?Environmental protection IP66 ?Platform size (max) 350 mm x 350 mm ?Compatible/usable with CR1000 Datalogger programming ?20kg capacity with ability for 0.01? resolution ?Tedea Huntleigh 1040 load cell, or equivalent **Shroud: ?Able to contain 24? water equivalent with an 8 inch opening (i.e. can contain a standard 5 gallon bucket) ?Base plate with ability to vertically mount to a vertically oriented 6? x 6? pressure treated post ?Made of material capable of withstanding extreme weather conditions (i.e. UV rays, extreme temperatures and high winds), 45, 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, DOI BOR Boise Regional Office 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. DOI BOR Boise Regional Office 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. Bid MUST be good for 30 calendar days after close of Buy. 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) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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/. RAC 13-08 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (SEPTEMBER 2011) Payment requests must be submitted electronically through the U.S. Department of the Treasury?s Invoice Processing Platform System (IPP). ?Payment requests? means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is:https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice ? INVOICE ONLY. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. 52.211-6 Brand Name or Equal (Aug 1999) (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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44441b10525abb973cb067b5d19b7931)
 
Place of Performance
Address: Boise, ID 83706
Zip Code: 83706-1234
 
Record
SN03523093-W 20140924/140923000455-44441b10525abb973cb067b5d19b7931 (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.