Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2013 FBO #4212
SOLICITATION NOTICE

58 -- GPS Radios with Equipment Accessories

Notice Date
6/4/2013
 
Notice Type
Presolicitation
 
Contracting Office
6600 Meloy Dr., Suite 250, FT Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
0010338029
 
Response Due
6/6/2013
 
Archive Date
12/3/2013
 
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
Woman Owned Small Business
 
Description
Bids are being solicited under solicitation number 0010338029. 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. 483216. 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 an [ Women-Owned 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 2013-06-06 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FT Benning, GA 31905 The MICC Fort Benning requires the following items, Brand Name or Equal, to the following: LI 001: APX6000 UHF R1 MODEL 2 PORTABLE, Mfg. Motorola: H98QDF9PW6 N, 5, EA; LI 002: ENH: APX6000XE RUGGED RADIO,Mfg. Motorola: QA02006, 5, EA; LI 003: ASTRO DIGITAL CAI OPERATION, Q806, Mfg. Motorola, 5, EA; LI 004: SMARTZONE OPERATION,H38,Mfg. Motorola, 5, EA; LI 005: P25 9600 BAUD TRUNKING,Q361,Mfg. Motorola, 5, EA; LI 006: TDMA OPERATION,QA00580,Mfg. Motorola, 5, EA; LI 007: ENH: ENABLE INTERNAL ACT AND GPS, QA00782,Mfg. Motorola, 5, EA; LI 008: ADVANCED SYSTEM KEY - SOFTWARE,QA01749,Mfg. Motorola, 5, EA; LI 009: RADIO PACKET DATA,Q947,Mfg. Motorola, 5, EA; LI 010: AES ENCRYPTION,Q629,Mfg. Motorola, 5, EA; LI 011: ALT: UHFR1 GPS STUBBY ANTENNA,QA02017,Mfg. Motorola, 5, EA; LI 012: 3 YR RSA COMPREHENSIVE,HA00022,Mfg. Motorola, 5, EA; LI 013: APX 6000 IMPRES CHGR SUC,WPLN7070,Mfg. Motorola, 5, EA; LI 014: COMMAND TRACKER USER LICENSE,DSCOMTRACK,Mfg. Motorola, 5, EA; LI 015: BATT IMP FM R LI ION 2300M 2350T,NNTN8092A,Mfg. Motorola, 10, EA; LI 016: DIGITAL SMARTZONE,T7000,Mfg. Motorola, 7, EA; LI 017: RS232 INTERFACE PACKET DATA,W947AP,Mfg. Motorola, 7, EA; LI 018: TRIMFLEET APU GPS RECEIVER,DDN9440,Mfg. Motorola, 7, EA; LI 019: TRIMFLEET GPS ANTENNA WITH CABLE,DDN9474,Mfg. Motorola, 7, EA; LI 020: XTL5000 RS232 DATA INTERFACE CABLE,HKN6161,Mfg. Motorola, 7, EA; LI 021: COMMAND TRACKER USER LICENSE,DSCOMTRACK,Mfg. Motorola, 7, EA; LI 022: GPS MOBILE INSTALLATION,SVC,Mfg. Motorola, 7, 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 Benning 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. MICC Fort Benning 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. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION)(f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions New equipment ONLY. NO remanufactured or used products. NO "GREY" market items. No partial shipments unless otherwise specified. 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 Wide Area Workflow (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 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 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 aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and 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. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Delivery, Quality.. Technical and past performance, when combined, are equal. Delivery and Quality when combined are important, Delivery and Quality when compared to Price,Price is most imlportant. ((End of provision) 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 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. (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov.and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. Submission of Offers in the English Language Termination for Convenience of the Government (Fixed-Priced) Default (Fixed-Price Supply and Service) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Technical capability and past performance. Proposed price will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor's technical capability to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to satisfy the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/05c346829776cf5bcb7c19eda17af961)
 
Place of Performance
Address: FT Benning, GA 31905
Zip Code: 31905
 
Record
SN03079747-W 20130606/130605001154-05c346829776cf5bcb7c19eda17af961 (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.