Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2013 FBO #4075
MODIFICATION

99 -- Cases for Launched Electrode Stun Weapons

Notice Date
1/18/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 10 Phipps Rd, Picatinny Arsenal, NJ 07806
 
ZIP Code
07806
 
Solicitation Number
W15QKN-13-T-0013
 
Response Due
1/28/2013
 
Archive Date
7/27/2013
 
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
Total Small Business
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number W15QKN-13-T-0013. 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. 447580_01. 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 a [ Small Business ] set-aside 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 2013-01-28 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The ACC - New Jersey requires the following items, Meet or Exceed, to the following: LI 001, Cases - CONUS Shipment This CLIN is for the purchase of two hundred forty(240)cases in accordance with the Statment of Work. This CLIN shall include CONUS shipping rates in the unit price. Items shall be shipped in accordance with commercial packaging requirements., 240, EA; LI 002, Cases - OCONUS Shipment This CLIN is for the purchase of thirty-seven (37)cases in accordance with the Statment of Work. This CLIN shall include OCONUS shipping rates in the unit price. Items shall be shipped in accordance with commercial packaging requirements., 37, 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, ACC - New Jersey 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. ACC - New Jersey 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 or "gray market" items. All items must be covered by the manufacturer's warranty. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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. No partial shipments are permitted unless specifically authorized at the time of award. Shipping must be free on board (FOB) destination, 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. Bid MUST be good for 45 calendar days after close of Buy. The following clauses are to be included in this solicitation: 52.000-4002, ?LEVEL 1 Anti Terrorist Awareness Training Requirements for Contractor Employees? 52.224-4001 (ARDEC 163), ?Disclosure of Unit Price Information? 52.225-25, ?Prohibition on Engaging in Sanctioned Activities Relating to Iran?Certification? 52.232-4004 ?Electronic Invoicing Instructions? 52.232-4002 ?Payment? 52.233-4000 ?HQ AMC-LEVEL PROTEST PROGRAM? 52.246-4000 ?Acceptance? 52.246-4001 ?Procurement Quality Assurance Actions? 52.247-34, ?F.O.B. Destination? 252.203-7002 ?Requirement to Inform Employees of Whistleblower Rights? 52.247-4000 ?Deliveries to Picatinny Arsenal? 52.215-4005 ?Electronic and Non-Electronic Proposal Submission Requirements? 52.233-2 ?Service of Protest? 252.204-7001 ?Commercial and Government Entity (CAGE) Code Reporting? 52.211-4000 ?Commercial Packaging Requirements? 252.212-7001 ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders? 52.212-4 ?Contract Terms and Conditions-Commercial Items? 52.244-6 ?Subcontracts for Commercial Items? 52.212-5 ?Contract Terms and Conditions Required to Implement Statutes or Executive Orders? 252.212-7000 ?Offeror Representations and Certifications-Commercial Items? 52.212-3 ?Offeror Representations and Certifications-Commercial Items? 52.212-1 ?Instructions to Offerors-Commercial Items? The following clauses shall be incorporated by reference under 52.212-5: 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? 52.219-6 ?Notice of Total Small Business Set-Aside? 52.219-9 ?Small Business Subcontracting Plan? 52.219-13 ?Notice of Set-Aside of Orders? 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? 52.222-35 ?Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans? 52.222-36 ?Affirmative Action for Workers with Disabilities? 52.222-40 ?Notification of Employee Rights Under the National Labor Relations Act? 52.223-18 ?Encouraging Contractor Policies to Ban Text Messaging While Driving? 52.225-13 ?Restrictions on Certain Foreign Purchases? 52.232-33 ?Payment by Electronic Funds Transfer -- Central Contractor Registration? The following clauses shall be incorporated by reference under 252.212-7001: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea Alternate III In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (2) 252.227-7013, Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (3) 252.227-7015, Technical Data--Commercial Items (DEC 2011), if applicable (see 227.7102-4(a)). (4) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4(c)). (5) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (6) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (8) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (9) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5295851df9a512590c8a3f9f03e5fad7)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02968728-W 20130120/130118234321-5295851df9a512590c8a3f9f03e5fad7 (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.