Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

58 -- Security Camera System (ISBEE)

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
P.O. Box 1060, Gallup, NM 87301
 
ZIP Code
87301
 
Solicitation Number
0040267368
 
Response Due
9/12/2016
 
Archive Date
3/11/2017
 
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
Indian Small Business Economic Enterprises
 
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 0040267368 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 2005-89-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $20.50M.This requirement is an [ Indian Small Business Economic Enterprises ] 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 2016-09-12 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Tuba City, AZ 86045 The Bureau of Indian Affairs requires the following items, Brand Name Only (Exact Match), to the following: LI 001: BOSCNIN733V03PS BOSCH NIN-733-V03PS, FLELXIDOME VR 1.3 MP / HD 720p60 STARLIGHT VR 3-9MM SR-LENS, SDXC CARD SLOT, SMB, 20, EA; LI 002: BOSCNTI40012V3 BOSCH NTI-40012-V3, HD 720p INFRARED BULLET, TDN, 3-10MM, AUDIO, MOTION + VANDAL RESISTANT, IP66, INDOOR/OUTDOOR, 82' IR, 12VDC/POE, 20, EA; LI 003: BOSCNERL2R32 BOSCH NER-L2R3-2, DINION CAPTURE 5000 IP LICENSE PLATE READER WITH LED CAMERA, 26-45FT CAPTURE RANGE, NTSC, W/BRACKET, 2, EA; LI 004: BOSCBRSRAC28200A BOSCH BRS-RAC2-800A, RECORDING STATION IP VIDEO MANAGEMENT APPLIANCE REOCRDER SERVER, 2U (8-BAY) RACK MOUNT CHASSIS, RAID-8, 16TB (8 X 2TB) HOT-SWAPPABLE HDD, INCLUDES 8 CHANNEL LICENSE (EXPANDABLE TO 64), 1, EA; LI 005: BOSCBRSXCAM32A BOSCH BRS-XCAM-32A, BOSCH RECORDING STATION EXPANSION LICENSE 32 IP CHANNELS (E-LICENSE)., 1, EA; LI 006: BOSCBRSXCAM04A, BOSCH BRS-XCAM-04A, BOSCH RECORDING STATION EXPANSION LICENSE 4 IP CHANNELS (E-LICENSE), 3, 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, Bureau of Indian Affairs 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. Bureau of Indian Affairs 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/. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (May2014) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July2013)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.229-3, Federal, State, and Local Taxes (Feb 2013). FAR and DIAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); FAR 1452.204-70, Release of Claims - Department of the Interior. 52.232-40; Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.acquisition.gov or may be requested from the Contracting Officer. Department of the Interior Acquisition Regulation (DIAR) is available at www.doi.gov/pam/aindex.html. The following DIAR applies to this solicitation: 1452.226-70 Indian Preference 1452.226-71 Indian Preference Program 1452.204-70 Release of Claims; 1452.380-1 Notice of Indian small business economic enterprise set-side; 1452.280-2 Notice of Indian economic enterprise set-aside; 1452.280-3 Subcontracting limitations; 1452.280-4 Indian Economic Enterprise Representation. Electronic Invoicing and Payment Requirements, Internet Payment Platform (IPP) In order to participate on this solicitation, vendors MUST qualify under the following NAICs Code(s): 561621
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/0040267368/listing.html)
 
Place of Performance
Address: Tuba City, AZ 86045
Zip Code: 86045
 
Record
SN04274721-W 20160917/160916000913-20b35a1866b318f3b0b577d57e3058fc (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.