Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
SOLICITATION NOTICE

75 -- Magnetic Customizable Erase-Boards

Notice Date
3/22/2017
 
Notice Type
Presolicitation
 
Contracting Office
1668 22nd Street, Fort Polk, LA 71459
 
ZIP Code
71459
 
Solicitation Number
DRUMDESAP0003
 
Response Due
3/31/2017
 
Archive Date
9/27/2017
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number DRUMDESAP0003. 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. 849139_02. GSA Schedule Holders: Sellers bidding on this opportunity MUST have the items requested on the specified contract. The contract 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 contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer. This requirement is a [ Small Business ] set-aside 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 2017-03-31 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Polk, LA 71459 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: White Board Panel, Dry-Erase and Magnetized, minimum 112 inches wide. Plain with Two Track Wall Cabinet for mounting. Frame will be steel and silver in color., 1, EA; LI 002: White Board Panel, Dry-Erase and Magnetized, minimum 4 inches high and 4 inches wide. Overlaid with horizontal rows (black). Frame will be steel and silver in color., 2, EA; LI 003: Accessory, Pen Tray, magnetized and white in color, minimum of 26 inches wide. Attachable to the white boards., 2, EA; LI 004: Accessory, removable-adhesive line tape, minimum of 1/8 inch wide and 3/24 inch long. Black color tape, Green color tape, and Red color tape., 10, EA; LI 005: Accessory,1-1/2 inch symbols, magnetized and attachable to the white boards. HU-60 Blackhawk map-size symbol, Fire Truck map-size symbol, Locomotive map-size symbol, and HMWWV map-size symbol., 10, EA; LI 006: Accessory, 3/8 inch diameter symbol, magnetized and attachable to he white boards. Open Circle (red in color)., 50, EA; LI 007: White Board Panel, Dry-Erase and Magnetized, minimum 3 inches high and 4 inches wide. Overlaid with rows and column markings (black), minimum of 10 rows and 8 columns. Frame will be steel and silver in color., 1, EA; LI 008: White Board Panel, Dry-Erase and Magnetized, minimum 4 inches high and 10 inches wide. Overlaid with custom printed map. Frame will be steel and silver in color., 1, EA; LI 009: White Board Panels (multiple), Dry-Erase, Magnetized, Two-sided, minimum 4 inches high and 10 inches wide. White board panels will consist of (1) Plain white board, (2) 1-month calendar generic, (3) Square Grid Board, (4) Custom printed map, (5) Custom printed Map, (6) Project style board with columns and rows, (7) Ghost grid (white lines), (8) custom printed map, (9) custom printed map, (10) Map mountable board, (11) Cork style board, (12) Personnel Tracking system (rows). Frame will be wall mountable with a pivot bracket, ability to hold 6 two sided hinged white boards panels, made of steel and silver in color., 1, 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 End User 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 End User 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. "The following provisions and clauses are applicable to this procurement: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (procurements >25k); FAR 52.204-13, System for Award Management Maintenance; FAR 52.211-6, Brand name or Equal; DFARS 252.04-7004, Alternate A, System for Award Management; DFARS 252.211-7003, ALT I, Item Identification and Valuation, paragraph 252.211-7003(c)(1)(ii) applicable text is ""NONE""; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7006 Wide Area WorkFlow Payment Instructions/Electronic Submission of Payment Requests; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, Primary and Alt III, Transportation of Supplies by Sea." FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Shipping is FOB Destination CONUS (CONtinental U.S.); unless otherwise stated in the offeror ’s GSA schedule. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). FAR and DFARS provisions and clauses are current to the most recent dates posted on http://farsite.hill.af.mil "If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." The Contracting Officer requests all available additional discounts, IAW FAR 8.405-4 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law Safeguarding of Unclassified Controlled Technical Information This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2051584f1e8b742477fda89dc91ea66c)
 
Place of Performance
Address: Fort Polk, LA 71459
Zip Code: 71459
 
Record
SN04443244-W 20170324/170322234158-2051584f1e8b742477fda89dc91ea66c (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.