Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2010 FBO #3008
MODIFICATION

58 -- Hearing Protection Devices

Notice Date
2/16/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
13 1/2 & Indiana Ave, Fort Campbell, KY 42223
 
ZIP Code
42223
 
Solicitation Number
W91248-10-T-0010
 
Response Due
2/16/2010
 
Archive Date
8/15/2010
 
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
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number W91248-10-T-0010. 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. 174401. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule 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 Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted 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 2010-02-16 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT CAMPBELL, KY 42223 The USA ACA Ft. Campbell requires the following items, Brand Name or Equal, to the following: LI 001, Single Side CEP; PN: CEP508-C16Manufacturer: Communications & Ear Protections, Inc.a. hearing protection 29.5 db NRRb. gain range of 36 dBc. output level safe for 95 dBA input for lowest gain settingd. Impulse noise cut off limit at 128 dBP., 1000, EA; LI 002, CEPS (Hear-Thru)Manufacture PN: CEP 203-TTCManufacturer: Communications & Ear Protections, Inc.a. hearing protection 29.5 db NRRb. gain range of 36 dBc. output level safe for 95 dBA input for lowest gain settingd. Impulse noise cut off limit at 128 dBP., 150, EA; For this solicitation, USA ACA Ft. Campbell 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. USA ACA Ft. Campbell 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. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov 15 days ARO Preferred. This Brand Name or Equal requirement (cuts, illustrations, drawings and brochures that shows a product's characteristics or explains its operation) is required for evaluation purposes of equal products. Evaluation factors are technical (brand name or equal), delivery, and price. Destination pricing is required. Equipment will be shipped to FT Campbell, KY, 42223. The Government intends to make award(s) to the responsive and responsible offer(s) are most advantageous to the Government considering price and non-price related factors (technical). If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the offer will be rejected. FAR 52.211-6 Brand Name or Equal is applicable. The full text of the referenced FAR clause(s) may be accessed electronically at http://www.acqnet.gov/far The selected Offer or 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 http://www.acqnet.gov/far. This Brand Name or Equal requirement (cuts, illustrations, drawings and brochures that shows a product's characteristics or explains its operation) is required for evaluation purposes of equal products. Evaluation factors are technical (brand name or equal), delivery, and price. Destination pricing is required. Supplies will be shipped to FT Campbell, KY, 42223. If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the offer will be rejected. FAR 52.211-6 Brand Name or Equal and 52.214-21 Descriptive Literature are applicable. The full text of the referenced FAR clause(s) may be accessed electronically at http://www.acqnet.gov/far
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/45ebe87638eb22e3fe9bcea021c26f13)
 
Place of Performance
Address: FORT CAMPBELL, KY 42223
Zip Code: 42223
 
Record
SN02066473-W 20100218/100216234952-45ebe87638eb22e3fe9bcea021c26f13 (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.