Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2013 FBO #4211
SOLICITATION NOTICE

58 -- Analog/RS232/422 multiplexing system

Notice Date
6/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
0010354016
 
Response Due
6/5/2013
 
Archive Date
12/2/2013
 
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 0010354016 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 334210 with a small business size standard of 1,000.00 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 2013-06-05 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Riley, KS 66442 The MICC Fort Riley requires the following items, Meet or Exceed, to the following: LI 001: TC8005R-L1ST-04-12 Analog Mux (Base), 2-wire Analog, RackMount Card (-10C to 50C), 1300 SM(20dB) ST, 4 Ch, 12V DC, 2, EA; LI 002: TC8005R-L1ST-5A-12 Analog Mux (Expansion), 2-wire Analog, RackMount Card (-10C to 50C), 1300 SM(20dB) ST, 2 Wire Analog, 12V DC, 2, EA; LI 003: TC8005R-0000-5A-12 Analog Mux (Expansion), 2-wire Analog, RackMount Card (-10C to 50C), No Optics 2 Wire Analog, 12V DC, 8, EA; LI 004: TC8108R-L1ST-13-12 Ch Stackable Mux (Base 8 Ch), RackMount Card (-10C to 50C), 1300 SM(20dB) ST, Bi-Direct D-Contact Closure/Detector, 12V DC, 2, EA; LI 005: TC8108C-L1ST-13-13-12 Ch Stackable Mux (Expansion 8 Ch), RackMount Card (-10C to 50C), 1300 SM(20dB) ST, Bi-Direct D-Contact Closure/Detector, Bi-Direct D-Contact Closure/Detector, 12V DC, 2, EA; LI 006: TC8108C-0000-13-13-12 Ch Stackable Mux (Expansion 8 Ch), RackMount Card (-10C to 50C), No Optics Bi-Direct D-Contact Closure/Detector, Bi-Direct D-Contact Closure/Detector, 12V DC, 2, EA; LI 007: TC8108C-0000-33-22-12 Ch Stackable Mux (Expansion 8 Ch), RackMount Card (-10C to 50C), No Optics RS232 (Asyn w/RTS,CTS), RS422 (Async Only), 12V DC, 2, EA; LI 008: TCRM191R-D-H1-PP 4U 19" Mux Card Cage for RackMount Card (-10C to 50C), Dual Power Cards, 115/240V AC - North American type Power Back Plane (not edge), TC800XX-XXXX-XX-XX, 2, EA; LI 009: TC8005R-L1ST-04-12 Analog Mux (Base), 2-wire Analog, RackMount Card (-10C to 50C), 1300 SM(20dB) ST, 4 Ch, 12V DC (SPARE CARDS AND POWER SUPPLY), 1, EA; LI 010: TC8005R-L1ST-5A-12 Analog Mux (Expansion), 2-wire Analog, RackMount Card (-10C to 50C), 1300 SM(20dB) ST, 2 Wire Analog, 12V DC (SPARE CARDS AND POWER SUPPLY) 1 TC8005R-0000-5A-12, 1, EA; LI 011: TC8005R-0000-5A-12 Analog Mux (Expansion), 2-wire Analog, RackMount Card (-10C to 50C), No Optics 2 Wire Analog, 12V DC(SPARE CARDS AND POWER SUPPLY), 1, EA; LI 012: TC8108R-L1ST-13-12 Ch Stackable Mux (Base 8 Ch), RackMount Card (-10C to 50C), 1300 SM(20dB) ST, Bi-Direct D-Contact Closure/Detector, 12V DC (SPARE CARDS AND POWER SUPPLY), 1, EA; LI 013: TC8108C-L1ST-13-13-12 Ch Stackable Mux (Expansion 8 Ch), RackMount Card (-10C to 50C), 1300 SM(20dB) ST, Bi-Direct D-Contact Closure/Detector, Bi-Direct D-Contact Closure/Detector, 12V DC (SPARE CARDS AND POWER SUPPLY), 1, EA; LI 014: TC8108C-0000-13-13-12 Ch Stackable Mux (Expansion 8 Ch), RackMount Card (-10C to 50C), No Optics Bi-Direct D-Contact Closure/Detector, Bi-Direct D-Contact Closure/Detector, 12V DC (SPARE CARDS AND POWER SUPPLY), 1, EA; LI 015: TC8108C-0000-33-22-12 Ch Stackable Mux (Expansion 8 Ch), RackMount Card (-10C to 50C), No Optics RS232 (Asyn w/RTS,CTS), RS422 (Async Only), 12V DC (SPARE CARDS AND POWER SUPPLY), 1, EA; LI 016: TCRMPS2R-H1 Modem size Power Supply Card for RackMount Card (-10C to 50C), 115/240V AC - North American type (SPARE CARDS AND POWER SUPPLY), 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, MICC Fort Riley 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 Fort Riley 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. Offeror must be registered in the Online Representations and Certifications Application (ORCA) database before an award can be made to them. If the offeror is not registered in ORCA, it may do so through the ORCA website at https://orca.bpn.gov. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), 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. 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, 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 https://www.acquisition.gov/far/. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov As identified in Question Submission, "questions not received in a reasonable time prior to close of the solicitation may not be considered" are defined FOR THIS SOLICITATION as: THE CUTOFF TIME FOR RECEIPT OF QUESTIONS REGARDING THIS SOLICITATION IS 48HRS PRIOR TO CLOSING. ALL QUESTIONS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. All questions submitted within the allotted time will be answered within 24 hours. The award decision is based on evaluation factors that are tailored to the acquisition. Evaluation Factors: FACTOR #1: PAST PERFORMANCE #2: PRICE #3: DELIVERY. PRICE AND PAST PERFORMANCE ARE CONSIDERED EQUAL, BOTH ARE GREATER THAN DELIVERY
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f6efe1ec0f5be7f68d72011956afa76)
 
Place of Performance
Address: Fort Riley, KS 66442
Zip Code: 66442
 
Record
SN03077813-W 20130605/130603234447-8f6efe1ec0f5be7f68d72011956afa76 (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.