Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2013 FBO #4176
SOLICITATION NOTICE

59 -- Electronic Parts

Notice Date
4/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5330 Valdez Circle, Dugway Proving Grounds, UT 84022
 
ZIP Code
84022
 
Solicitation Number
0010324252
 
Response Due
5/9/2013
 
Archive Date
11/5/2013
 
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
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 0010324252 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 2005-66. 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 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 2013-05-09 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dugway Proving Pround, UT 84022 The MICC Dugway Proving Ground requires the following items, Brand Name or Equal, to the following: LI 001: Programmable Controller MFR PART# SNAP-PAC-R1, 5, EA; LI 002: Snap Module Mounting Rack MFR PART# SNAP-PAC-RCK16, 5, EA; LI 003: Power Supply MFR PART# SNAP-PS5, 5, EA; LI 004: RTD Module MFR PART# SNAP-AIRTD, 5, EA; LI 005: Thermocouple 8 Ch Module MFR PART# SNAP-AITM-8, 5, EA; LI 006: Thermocouple 4 Ch Isolated Module MFR PART# SNAP-AITM-4i, 5, EA; LI 007: Current Input Module, 8 Ch MFR PART# SNAP-AIMA-8, 5, EA; LI 008: Power Monitoring Module, Single Phase MFR PART# SNAP-AIPM, 2, EA; LI 009: Power Monitoring Module, 3 Phase MFR PART# SNAP-AIPM-3, 2, EA; LI 010: Voltage Input Module MFR PART# SNAP-AIV-8, 5, EA; LI 011: 250v AC/DC Input Module MFR PART# SNAP-AIVRMS, 5, EA; LI 012: 4-20 Current Output Module MFR PART# SNAP-AOA-23, 5, EA; LI 013: VDC Time Proportional Output Module MFR PART# SNAP-AOD-29, 5, EA; LI 014: Voltage Output Module MFR PART# SNAP-AOV-25, 5, EA; LI 015: Isolated 16 Ch Dig Input Module, vac/dc, 90-140 MFR PART# SNAP-IAC-16, 5, EA; LI 016: Isolated 16 Ch Dig Input Module, vac/dc, 180-280 MFR PART# SNAP-IAC-A-16, 5, EA; LI 017: Dig Input Module, vdc, 32 Ch MFR PART# SNAP-IDC-32, 5, EA; LI 018: Dig Output Module, vac, Isolated MFR PART# SNAP-OAC5-I, 10, EA; LI 019: DIG Output Module, vdc, Isolated MFR PART# SNAP-ODC5-I, 10, EA; LI 020: DIG Output Relay Module, Normally Open MFR PART# SNAP-ODC5R, 10, EA; LI 021: DIG Output Relay Module, Normally Closed MFR PART# SNAP-ODC5R5, 10, EA; LI 022: DIG Input Module, 4 Ch, vac/dc. 10-32 MFR PART# SNAP-IDC5, 10, EA; LI 023: DIG Input Module, 4 Ch, vac/dc. 90-140 MFR PART# SNAP-IAC5, 10, 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, MICC Dugway Proving Ground 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. MICC Dugway Proving Ground 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products. FOB Destination CONUS (CONtinental U.S.). No partial shipments unless otherwise specified. 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. 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 Offeror shall comply with the following FAR clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-28, Post Award Small Business Program Rerepresentation (15 U.S.C. 632(a)(2)); 52.222-3, Convict labor (E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126); 52.222-26, Equal Opportunity (E.O. 11246);52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)).; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and 52.233-3, Protest After Award (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78).. The Offeror shall comply with the following DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Section 847 of Pub. L. 110-181); 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items (10 U.S.C. 2320); 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests (10 U.S.C. 2227); and 252-247-7023, ALT III, Transportation of Supplies by Sea (10 U.S.C. 2631). The Offeror shall comply with the following FAR/DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-7, Central Contractor Registration; 52.204-13, Central Contractor Registration Maintenance; 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.232-7010 Levies on Contract Payments; **OTHER CLAUSES AS DETERMINED APPLICABLE BY THE CONTRACTING OFFICER FOR THE SPECIFIC REQUIREMENT** U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a) January 1st (f) 1st Monday in September (b) 3rd Monday in January (g) 2nd Monday in October (c) 3rd Monday in February (h) November 11th (d) Last Monday in May (i) 4th Thursday in November (e) July 4th (j) December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Questions concerning this buy must be submitted at least 3 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, 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. (2) Was convicted of a felony criminal violation under any Federal 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 action is not necessary to protect the interests of the Government. (b) The Offeror represents that ? (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal conviction under a Federal law within the preceding 24 months. (End of provision) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f54bab960ab25daef1ee5f33d2acc44c)
 
Place of Performance
Address: Dugway Proving Pround, UT 84022
Zip Code: 84022
 
Record
SN03047358-W 20130501/130429234032-f54bab960ab25daef1ee5f33d2acc44c (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.