Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

42 -- Carbon Monoxide Alarms I - Digital

Notice Date
9/23/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of State, FedBid.com -- for Department of State procurements only., FedBid.com, L600, ARLINGTON, VA 22209
 
ZIP Code
22209
 
Solicitation Number
DigitalAlarms
 
Response Due
8/1/2008
 
Archive Date
1/28/2009
 
Point of Contact
Name: Cherry Mobley, Title: Contract Specialist, Phone: 7038755251, Fax: 7038756699
 
E-Mail Address
mobleyce@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is DigitalAlarms 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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 with a small business size standard of 750 employees. This requirement is a [ Small Business ] 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 2008-08-01 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The Department of State requires the following items, Meet or Exceed, to the following: LI 001, BASE YEAR REPLACEMENT ALARMS: Digital Carbon Monoxide Alarms. Approximately 14,700 alarms will be shipped to approximately 170 different posts. DOS will provide the vendor a list of posts and specific numbers of alarms in January 2009. The lowest number of alarms in a shipment to a particular post is estimated to be a low of 2 to a high of 550. Shipments must be delivered between August 15, 2009 and September 15, 2009. *** If delivery schedule is impossible to meet, please provide the best possible delivery schedule and the government will evaluate the schedule as part of choosing the best value*** The carbon monoxide alarm must have the following features and characteristics:1.Must be designed for residential use 2.Must be listed by Underwriters Laboratories Inc. (UL) and meet the most recent edition of the UL Standard for Safety for Single and Multiple Station Carbon Monoxide Alarms, UL 2034.3.must be battery operated4.must have a digital display 5.the alarm on the unit must be at 85 decibels with a 4 beep, 5 second silence, 4 beep pattern 6.have a test reset button to test the units electronics, horn, and battery, silences the alarm, resets the alarm and any visual signals.7.the units must have an indicator to show when batteries are low, or when the sensor or the unit electronics are experiencing problems. 8.the detection unit must use an electrochemical sensor.9.each alarm must come with batteries and an owners manual that explains the installation and operational information. The vendor must supply an electronic copy of the owners manual to the Department for distribution in a customized format to overseas residences or give permission to the Department to scan the owners manual into an electronic form for distribution. The Department will generate and distribute the customized document10.The alarm must have a warranty period of at least 5 years with a manufacturing date that is no greater than 6 months earlier than the shipment date. 11.The alarms must be able to be shipped via commercial airliner and not violate International Air Transport regulations., 14700, EA; LI 002, BASE YEAR RESTOCKING ALARMS: Carbon Monoxide alarms, as specified in line 1: a)Approximately 2000 alarms will be sent annually to various posts to supplement their stock.b)Restocking orders can range from 1 alarm to 100s.c)This kind of order will be placed at anytime throughout the year. The vendor must ship the units within 14 days of receipt of a funded delivery order and within 14 days of an email or fax directing shipment. The option years will be managed the same way as the first year restocking orders.d)Restocking orders must be shipped to post via the DPF when ordered. They may not be aggregated with other orders., 2000, EA; LI 003, OPTION YEAR 1: Carbon Monoxide alarms, as specified in line 1: option yearsa)Approximately 2000 alarms will be sent annually to various posts to supplement their stock.b)Restocking orders can range from 1 alarm to 100s.c)This kind of order will be placed at anytime throughout the year. The vendor must ship the units within 14 days of receipt of a funded delivery order and within 14 days of an email or fax directing shipment. The option years will be managed the same way as the first year restocking orders.d)Restocking orders must be shipped to post via the DPF when ordered. They may not be aggregated with other orders., 0, EA; LI 004, OPTION YEAR 2: Carbon Monoxide alarms, as specified in line 1: option yearsa)Approximately 2000 alarms will be sent annually to various posts to supplement their stock.b)Restocking orders can range from 1 alarm to 100s.c)This kind of order will be placed at anytime throughout the year. The vendor must ship the units within 14 days of receipt of a funded delivery order and within 14 days of an email or fax directing shipment. The option years will be managed the same way as the first year restocking orders.d)Restocking orders must be shipped to post via the DPF when ordered. They may not be aggregated with other orders., 0, EA; LI 005, OPTION YEAR 3: Carbon Monoxide alarms, as specified in line 1: option yearsa)Approximately 2000 alarms will be sent annually to various posts to supplement their stock.b)Restocking orders can range from 1 alarm to 100s.c)This kind of order will be placed at anytime throughout the year. The vendor must ship the units within 14 days of receipt of a funded delivery order and within 14 days of an email or fax directing shipment. The option years will be managed the same way as the first year restocking orders.d)Restocking orders must be shipped to post via the DPF when ordered. They may not be aggregated with other orders., 0, EA; LI 006, OPTION YEAR 4: Carbon Monoxide alarms, as specified in line 1: option yearsa)Approximately 2000 alarms will be sent annually to various posts to supplement their stock.b)Restocking orders can range from 1 alarm to 100s.c)This kind of order will be placed at anytime throughout the year. The vendor must ship the units within 14 days of receipt of a funded delivery order and within 14 days of an email or fax directing shipment. The option years will be managed the same way as the first year restocking orders.d)Restocking orders must be shipped to post via the DPF when ordered. They may not be aggregated with other orders., 0, EA; For this solicitation, Department of State 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. Department of State 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to clientservices@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. *** To have a bid considered for award on a Brand-Name-or-Equal or Meet-or-Exceed Buy, all vendors must provide Manufacturer, Part#, and extended specifications of the exact item(s) being offered. Failure to provide this information will result in a non-responsive bid and removal from award consideration. *** Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Department of State, Safety Health and Environmental Management (SHEM) Division will order a set number of alarms from the vendor on this contract each year. The vendor will box the units required and place a label on each and every packing box indicating the final embassy or consulate (hereinafter called post) destination and a return address provided by SHEM. These boxes will be further covered and shipped to the Diplomatic Pouch and Mail Facility shown below for trans-shipment to the final destination at U.S. Government expense. These alarms will be sent to various posts around the world. SHEM will notify the vendor as orders from posts are placed with SHEM. SHEM will notify the vendor by fax or email of the post and the exact number of alarms to be shipped (varying from one alarm to over 100 per post). The vendor will affix a label to each shipping package meant for a particular post with the address supplied by SHEM. SHEM will contact the vendor at various times during the award period requesting orders to be shipped to various posts until the order quantity has been depleted. The vendor will ship the individually labeled packages to the Diplomatic Pouch Facility (DPF) in Sterling, Virginia. Packages (boxes) may not exceed 24x15x11 and may contain as many alarms that will fit into the package. Each package shipped to the DPF must be traceable with a unique tracking number to ensure delivery to the DPF and to provide proof of delivery. The tracking number must be placed on the outside of the boxes. Palletized shipments are permitted but the shipper must breakdown the shipment into the individual boxes when delivering to the DPF. The DPF will not accept palletized shipments. The vendor will provide the tacking number to SHEM via email when the alarms are shipped. The tracking number must also appear on the invoices submitted by the vendor for each shipment. Once accepted at the DPF, the Department of State will be responsible for shipping the individually labeled boxes to the various posts according to the labels affixed to the box. The DPF receiving hours are from 7 AM 3:30 PM Monday through Friday. The DPF address is: 22630 Dulles Summit Ct.Suite 150Sterling, VA 20166 This is one of two solicitations currently competing for Carbon Monoxide Alarms. This solicitation requests digital alarms, and the other solicitation (FedBid Buy# 76734) requests non-digital alarms. Vendors are encouraged to bid on both solicitations, but the Department of State intends to issue only one order from only one of these solicitations, based on price, technical capability, and vendors' ability to meet the delivery requirement. The remaining solicitation will then be canceled. (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after a specified date.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bad6bb97c50b07bdf01da4d95e6908c7&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01679083-W 20080925/080923220632-bad6bb97c50b07bdf01da4d95e6908c7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.