Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
MODIFICATION

66 -- Microwave Site Master Handheld Cable & Antenna

Notice Date
8/17/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
3020 State University Drive East, Sacramento, CA 95819
 
ZIP Code
95819
 
Solicitation Number
40396857
 
Response Due
8/24/2018
 
Archive Date
2/20/2019
 
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
AMENDMENT 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 40396857 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 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 with a small business size standard of 500.00 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 2018-08-24 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Pasadena, CA 91106 The US Geological Survey requires the following items, Brand Name or Equal, to the following: LI 001: Brand Name or Equal to Anritsu S820E IAW FAR 52.211-6. See attached document for minimum Technical Specifications, 1 page. Unrestricted. FOB Destination to Pasadena, CA 91106. Firm Fixed Price quotes will be evaluated by Lowest Priced Technically Acceptable., 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, US Geological Survey 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. US Geological Survey 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. Offeror must be registered in the Central Contractor Registration (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://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): 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice 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 SAM) 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. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ____Lowest Price Technically Acceptable_________ (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ™s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (a) If an item in this solicitation is identified as œbrand 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 œequal products must meet are specified in the solicitation. (b) To be considered for award, offers of œequal products, including œequal 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate œequal 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 œequal product, the offeror shall provide the brand name product referenced in the solicitation. The resources acquired in this investment must meet all applicable standards established by the Access Board in 36 CFR Part 1194, including technical, functional performance, information, documentation, and support standards. The products, services, information and data that are provided to the Government or the public as a result of this acquisition shall afford individuals with disabilities access comparable to that afforded to individuals without disabilities. Standards applicable to this acquisition include: ___Software Applications and Operating Systems 1194.21 ___ Web-based Intranet and Internet Information and Applications 1194.22 ___ Telecommunications Products 1194.23 ___ Video or Multimedia Products 1194.24 _X__ Self-Contained, Closed Products 1194.25 __ Desktop and Portable Computers 1194.26 _X_ Functional performance criteria 1194.31 _X_ Information, Documentation, and Support 1194.41 The full text of the above referenced standards can be found at: http://www.section508.gov/final_text.html. Work Statement Attachment - Information Technology Security Requirements Summary 1. Background Investigation Not applicable. 2. Non-disclosure Agreement Not applicable. 3. Training Not applicable. 4. Personnel Changes Not applicable. 5. Contractor Location This work will be completed at the contractor ™s own working area and on computers owned by the contractor. USGS offices or computers will not be used. 6. Applicable Standards Not applicable 7. Asset Valuation Not applicable 8. Property Rights The Government shall be granted unlimited rights in software or data produced hereunder as described in FAR clause 52.227-17, Rights in Data ”Special Works, incorporated herein. 9. Independent Verification and Validation (IV & V) Software will be independently verified and validated by the Government or another selected contractor prior to being moved into production. 10. Certification & Accreditation Not applicable 11. Internet Logon Banner Not applicable 12. Incident Reporting Not applicable 13. Quality Control (Malicious Code) All software and hardware shall be free of malicious code. 14. Self Assessment Not applicable 15. Vulnerability Analysis Not applicable 16. Logon Banner Not applicable 17. Security Controls Not applicable 18. Contingency Plan Not applicable
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/40396857/listing.html)
 
Place of Performance
Address: Pasadena, CA 91106
Zip Code: 91106
 
Record
SN05042927-W 20180819/180817230844-280d6477ae02b74e3f1015c7058644d9 (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.