Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

58 -- TELEVISION MONITORS/WALL-MOUNTS

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1968 Gilbert Street, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N6846917RC003FN
 
Response Due
9/15/2017
 
Archive Date
3/14/2018
 
Point of Contact
Name: Timothy Landry, Title: Contract Specialist, Phone: 7574435612, Fax:
 
E-Mail Address
timothy.n.landry@navy.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
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 N6846917RC003FN 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 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 2017-09-15 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20374 The FLC - Norfolk requires the following items, Brand Name or Equal, to the following: LI 001: 58-INCH SAMSUNG MU6100 Ultra HDTV Manufacturer P/N: 58MU6100 Salient Characteristics: Picture Quality: 4K Color Drive, 4K HDR Pro, Essential Black Pro, 4K Resolution, UHD Upscaling. Smart Features: Quad-Core Processor, Web Browser. Smart Connectivity: TV to Mobile/Mobile to TV Mirroring. Connections: Three (3) HDMI Connections, Two (2) USB Connections, 802.11 AC Built-In Wi-Fi. Audio: Dolby Digital Plus, DTS Premium Sound 5.1 Decoding, 20 Watt 2 Channel. Accessories: Standard Remote Control included. Industry Certifications: 4K Ultra HD Connected, 6, EA; LI 002: SANUS ADVANCED TILT PREMIUM TV WALL MOUNT BRACKET FOR 46"-90" FLAT-PANEL TV, 6, 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 2005-95 and DFARS Change Notice 20161222. 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 1250. FAR 52.247-34, F.O.B. Destination applies 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/ 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements- Representation (JAN 2017) 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.209-11 Representation by Corporations Regarding Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.211-6 Brand Name or Equal 52.212-1 Instructions Offerors--Commercial Items (JAN 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Orders à Commercial Items (JAN 2017) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post Award Small Business Program (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sept 2016) (E.O. 11246) 52.222-50 Combating Trafficking in Persons (March 2015) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer à System Award Management (July 2013) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3 Protest After Award (AUG 1996) See attachment for full text. See attachment for full text. 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) (a) Definitions. in this clause ”Driving à (1) Means operating a motor vehicle on an active roadway with the motor running, including temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) Does not include operating a motor or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location one can safely remain stationary. Text messaging means reading from or entering data into any handheld or other electronic including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, engaging in any other form of electronic data retrieval or electronic data communication. The term does not include glancing listening to a navigational device that is secured in a commercially designed holder affixed to the vehicle, provided that destination and route are programmed into the device either before driving or while stopped in a location off the roadway is safe and legal to park. (b) This clause implements Executive Order 13513, Federal Leadership on Reducing Text Messaging Driving, dated October 1, 2009. (c) The Contractor is encouraged to-- (1) Adopt and enforce policies that ban text messaging driving-- (i) Company-owned or -rented vehicles or Government-owned vehicles; or (ii) Privately-owned vehicles when Government business or when performing any work for or on behalf of the Government. (2) Conduct initiatives in a manner commensurate with the size of the business, such as-- (i) Establishment of new rules and programs or re-evaluation programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about risks associated with texting while driving. (d) Subcontracts. The Contractor shall insert the substance of this clause, paragraph (d), in all subcontracts that exceed the micro-purchase threshold. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement Employees of Whistleblower Rights (SEP 2013) 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 System for Award Management-Alternate A (FEB 2014) 252.204-7012 Safeguarding Covered Defense Information Cyber Incident Reporting (OCT 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY2016) 252.213-7000 Notice to Prospective Suppliers on Use of PPIRS-SR in Past Performance Evaluations (JUN 2015) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7001 Buy American And Balance Of Payments Program (AUG 2016) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2016) 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023 Transportation of Supplies by Sea (APR 2014) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. DoD official is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) 252.204-7011 ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (a) Line items are the basic structural elements in a solicitation contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, are requested in this solicitation to ensure that the resulting contract structure is economically and administratively to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample solicitation line-and a corresponding offer of a proposed alternative line-item structure follow. Solicitation: - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Item No. Supplies/Service Quantity Unit Unit price Amount - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 0001............................ Computer, Desktop with 20 EA....................... CPU, Monitor, Keyboard and Mouse. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Alternative line-item structure offer where monitors are shipped separately: - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Item No. Supplies/Service Quantity Unit Unit Price Amount - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 0001............................ Computer, Desktop with 20 EA....................... CPU, Keyboard and Mouse. 0002............................ Monitor................. 20 EA....................... - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N6846917RC003FN/listing.html)
 
Place of Performance
Address: Washington, DC 20374
Zip Code: 20374
 
Record
SN04672630-W 20170914/170912231731-3f726c6472192fe7ecac737393ddbe5a (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.