Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2012 FBO #3953
MODIFICATION

58 -- VTC Equipment

Notice Date
9/18/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
FLEET & INDUSTRIAL SUPPLY CENTER, NORFOLK, VA 23511
 
ZIP Code
23511
 
Solicitation Number
V301212200SS04
 
Response Due
9/21/2012
 
Archive Date
3/20/2013
 
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 V301212200SS04 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 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334210 with a small business size standard of 1,000.00 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 2012-09-21 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be VIRGINA BEACH, VA 23459 The FLC - Norfolk requires the following items, Brand Name or Equal, to the following: LI 001, Criticom/Cisco Network Switching System Model: CC-ISEC-2020-MR BRAND NAME OR EQUAL The offeror shall complete the attached VTC Equipment list providing delivery lead time and country where the item is assembled. All questions pertaining to this requirement will need to be submitted by 19 September 2012. Any question submitted after this date will not be answered., 1, EA; LI 002, Polycom HDX 8000-1080 Model: 7200-23160-0011 BRAND NAME OR EQUAL The offeror shall complete the attached VTC Equipment list providing delivery lead time and country where the item is assembled. All questions pertaining to this requirement will need to be submitted by 19 September 2012. Any question submitted after this date will not be answered., 1, EA; LI 003, Polycom HDX MPPlus Multiplus Software Opt License Model: 5150-23912-001 BRAND NAME OR EQUAL The offeror shall complete the attached VTC Equipment list providing delivery lead time and country where the item is assembled. All questions pertaining to this requirement will need to be submitted by 19 September 2012. Any question submitted after this date will not be answered., 1, EA; LI 004, Polycom V.35 Module for HDX Series Model: 2215-26696-001 BRAND NAME OR EQUAL The offeror shall complete the attached VTC Equipment list providing delivery lead time and country where the item is assembled. All questions pertaining to this requirement will need to be submitted by 19 September 2012. Any question submitted after this date will not be answered., 1, EA; LI 005, Polycom 1 RS-530 with RS-366, 5 ft serial cable Model: 2457-21263-200 BRAND NAME OR EQUAL The offeror shall complete the attached VTC Equipment list providing delivery lead time and country where the item is assembled. All questions pertaining to this requirement will need to be submitted by 19 September 2012. Any question submitted after this date will not be answered., 1, EA; LI 006, Samsung 60" LED 1080P 120HZ 4MS Model: UN60EH6000FXZA BRAND NAME OR EQUAL The offeror shall complete the attached VTC Equipment list providing delivery lead time and country where the item is assembled. All questions pertaining to this requirement will need to be submitted by 19 September 2012. Any question submitted after this date will not be answered., 1, EA; LI 007, VFI Credenza on wheels Model: CR2050EX BRAND NAME OR EQUAL The offeror shall complete the attached VTC Equipment list providing delivery lead time and country where the item is assembled. All questions pertaining to this requirement will need to be submitted by 19 September 2012. Any question submitted after this date will not be answered., 1, EA; LI 008, VFI Single Plasma Display Bracket Model: PM-S-XL BRAND NAME OR EQUAL The offeror shall complete the attached VTC Equipment list providing delivery lead time and country where the item is assembled. All questions pertaining to this requirement will need to be submitted by 19 September 2012. Any question submitted after this date will not be answered., 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, 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 bids, 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 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. 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 2005-60 and DFARS Change Notice 20120906. 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 334310 and the Small Business Standard is 750. 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. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ FAR 52.211-6 Brand Name or Equal applies FAR 52.247-34, F.o.b. Destination applies 52.204-99 DEV SAM Registration; 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations; 52.211-6 Brand Name or Equal; 52.212-4: Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging while Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-36 Payment by Third Party; 252.204-7003 Control of Government Personnel Work Product; 252.211-7003 Alt I Item Identification & Valuation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.203-7000 Requirements Relating to Compensation of FOrmer DOD Officials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.247-7023 Transportation of Supplies by Sea Alt III; 252.232-7010: Levies on Contract Payments; 5252.NS-046P Prospective Contractor Responsibility 252.209-7998 Representation Regarding Confiction of a Felony Criminal Violation Under Any Federal or State Law (DEVIATION 2012-O0007) (MAR 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) 252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (DEC 2009) (a) Definitions. Commercially available off-the-shelf (COTS) item, component, domestic end product,foreign end product, qualifying country, qualifying country end product, and United States have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-- (i) Each end product, except those listed in paragraph (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: ----------------------------------------------------------------------- (Line Item Number Country of Origin) ----------------------------------------------------------------------- (Country of Origin) (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ``domestic end product'': (Line Item Number)----------------------------------------------------- (Country of Origin (If known))----------------------------------------- (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/V301212200SS04/listing.html)
 
Place of Performance
Address: VIRGINA BEACH, VA 23459
Zip Code: 23459-4665
 
Record
SN02888995-W 20120920/120919003256-e7b57b053adca991b930921c98fd8c19 (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.