Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 17, 2013 FBO #4376
MODIFICATION

84 -- Light and Heavy Weight Thermals

Notice Date
11/15/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
1051 Fairchild Street, Bldg. 203, Horsham, PA 19044
 
ZIP Code
19044
 
Solicitation Number
F9U3LG3312A001
 
Response Due
11/21/2013
 
Archive Date
5/20/2014
 
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
CANCELLATION NOTICE:Bids are being solicited under solicitation number F9U3LG3312A001. 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. 575644. 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 2013-11-21 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Horsham, PA 19044 The National Guard - Pennsylvania requires the following items, Brand Name or Equal, to the following: LI 001: Light Weight Thermal Long Sleeve tops size Medium. Permanent No Melt, no-drip flame resistant(FR) fabrics. Animicrobial to resist odor. Moisture-wicking and fast-drying. Color-Desert Sand., 52, EA; LI 002: Light Weight Thermal Long Sleeve tops size Large. Permanent No Melt, no-drip flame resistant(FR) fabrics. Animicrobial to resist odor. Moisture-wicking and fast-drying. Color-Desert Sand., 32, EA; LI 003: Light Weight Thermal Long Sleeve tops size X-Large. Permanent No Melt, no-drip flame resistant(FR) fabrics. Animicrobial to resist odor. Moisture-wicking and fast-drying. Color-Desert Sand., 20, EA; LI 004: Lightweight "Long Johns" Style Pant Small. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 4, PR; LI 005: Lightweight "Long Johns" Style Pant Medium. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 44, PR; LI 006: Lightweight "Long Johns" Style Pant Large. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 40, PR; LI 007: Lightweight "Long Johns" Style Pant X-Large. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 12, PR; LI 008: Heavyweight Mock Zipper Long Sleeve Thermal Shirt Medium. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 26, EA; LI 009: Heavyweight Mock Zipper Long Sleeve Thermal Shirt Large. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 16, EA; LI 010: Heavyweight Mock Zipper Long Sleeve Thermal Shirt X-Large. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 10, EA; LI 011: Heavyweight Thermal "Long John" Pant Small. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 2, EA; LI 012: Heavyweight Thermal "Long John" Pant Medium. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 22, EA; LI 013: Heavyweight Thermal "Long John" Pant Large. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 20, EA; LI 014: Heavyweight Thermal "Long John" Pant X-Large. Permanent No melt, no-drip flame resistant (FR) fabrics. Antimicrobial to resist ordor. Moisture-wicking and fast-drying. Color Desert Sand., 6, 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, National Guard - Pennsylvania 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. National Guard - Pennsylvania 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. 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/. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses and provisions are applicable to this RFQ: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.212-7001 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items 252.225-7000, Buy American Act-- Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010. Levies on Contract Payments 252.247-7023 (ALT III), Transportation of Supplies by Sea ? Alternate III (252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law? Fiscal Year 2013 Appropriations REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW?FISCAL YEAR 2013 APPROPRIATIONS (DEVIATION 2013-O0010) (April 2013) (a) In accordance with sections 8112 and 8113 of Division C and sections 514 and 515 of Division E of the Consolidated and Further Continuing Appropriations Act, 2013, (Pub. L. 113-6), none of the funds made available by that Act for DOD (including Military Construction funds) 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; or (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) (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) (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.232-39 ? Unenforceability of Unauthorized Obligations Unenforceability of Unauthorized Obligations (Jun 2013) (a) Except as stated in paragraph (b) of this clause, when any supply or service acquired under this contract is subject to any End User License Agreement (EULA), Terms of Service (TOS), or similar legal instrument or agreement, that includes any clause requiring the Government to indemnify the Contractor or any person or entity for damages, costs, fees, or any other loss or liability that would create an Anti-Deficiency Act violation (31 U.S.C. 1341), the following shall govern: (1) Any such clause is unenforceable against the Government. (2) Neither the Government nor any Government authorized end user shall be deemed to have agreed to such clause by virtue of it appearing in the EULA, TOS, or similar legal instrument or agreement. If the EULA, TOS, or similar legal instrument or agreement is invoked through an ?I agree? click box or other comparable mechanism (e.g., ?click-wrap? or ?browse-wrap? agreements), execution does not bind the Government or any Government authorized end user to such clause. (3) Any such clause is deemed to be stricken from the EULA, TOS, or similar legal instrument or agreement. (b) Paragraph (a) of this clause does not apply to indemnification by the Government that is expressly authorized by statute and specifically authorized under applicable agency regulation and procedures. (End of clause) 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/622187a40733f9c62ce5d0cddadde4a3)
 
Place of Performance
Address: Horsham, PA 19044
Zip Code: 19044
 
Record
SN03234913-W 20131117/131115234137-622187a40733f9c62ce5d0cddadde4a3 (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.