Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2014 FBO #4430
MODIFICATION

70 -- Audio Visual Equipment

Notice Date
1/8/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1968 Gilbert St., Suite D606, Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N6302114RC00001
 
Response Due
1/17/2014
 
Archive Date
7/16/2014
 
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
AMENDMENT NOTICE: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 N6302114RC00001 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-71. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-01-17 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Virginia Beach, VA 23459 The FLC - Norfolk requires the following items, Brand Name or Equal, to the following: LI 001: 60" Interactive Display, 1920X1080 LED Display, 3 year onsite, [Sharp PN-L602B] Include delivery cost in bid., 2, EA; LI 002: 60" 1080p, 240Hz Smart Quattron LED TV [Sharp LC-60LE757U] Include delivery cost in bid., 2, EA; LI 003: Large Height Adjustable Tilt Mount [Chief LTMU] Include delivery cost in bid., 2, EA; LI 004: 40" 1080p 60Hz, LED TV [Sharp LC-40LE55OU] Include delivery cost in bid., 1, EA; LI 005: Large Fusion Micro Adjustable Tilt Wall Mount Touch Panel and Accessories [Chief LTMU] Include delivery cost in bid., 1, EA; LI 006: 7" Tabletop TouchLink TouchPanel 800X480 Color Display [Extron 60-1208-02] Include delivery cost in bid., 1, EA; LI 007: IPL250 IP Link Control Processor [Extron 60-1026-02] Include delivery cost in bid., 1, EA; LI 008: Six Input HDCP Compliant Scaling Prestation Switcher [Extron 60-1081-01] Include delivery cost in bid., 1, EA; LI 009: Pullout Keyboard Tray, 14U Rack, Locking Front Door, Casters [VFI LEX30] Include delivery cost in bid., 1, EA; LI 010: Table Top Cable Well, 2 AC Outlets, VGA,RJ45, USB, HDMI [VFI CUB7] Include delivery cost in bid., 1, EA; LI 011: Programming for Extron [LHS] Include delivery cost in bid., 20, EA; LI 012: Cables, Connectors, Backing [LHS] Include delivery cost in bid., 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, FLC - Norfolk 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334220 and the Small Business Standard is 750 employees. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ FAR 52.212-3 Alternate I, As prescribed in 12.301(b)(2), add the following paragraph (c)(12) to the basic provision: (12) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) or (c)(10) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory or the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. F.A.R. 52.212-5 F.A.R. 52.222-3 F.A.R. 52.222-19 F.A.R. 52.222-21 F.A.R. 52.222-26 F.A.R. 52.223-18 DFARS 252.247-7023(iv) Alt III DFARS 252.204-7003 DFARS 252.203-7000 DFARS 252.225-7001 F.A.R. 52.212-4 F.A.R. 52.219-6 F.A.R. 52.219-28 F.A.R. 52.225-25 DFARS 252.203-7005 DFARS 252.225-7000 BUY AMERICAN STATUTE?BALANCE OF PAYMENTS PROGRAM CERTIFICATE (a) Definitions. ?Commercially available off-the-shelf (COTS) item,? ?component,? ?domestic end product,? ?foreign end product,? ?qualifying country,? ?qualifying country end product,? and ?United States? have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government? (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American statute or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American and Balance of Payments Program clause of this solicitation, the offeror certifies that? (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number, ________________ Country of Origin ________________, (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of ?domestic end product?: Line Item Number _________________, Country of Origin (If known) ___________________________ 5252.NS-046P Prospective Contractor Responsibility This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and sbumitted with its quotation or offer. In lieu of submitting the full text of these provisions, the offeror may identify the provision paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ In order to submit an offer or quote for consideration, the contractor's attendance at a mandatory site visit is required. See attachmant (Mandatory Site Visit) for details.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N6302114RC00001/listing.html)
 
Place of Performance
Address: Virginia Beach, VA 23459
Zip Code: 23459-2740
 
Record
SN03263200-W 20140110/140109000728-f58a6b4f3dd9e5ee0ea6d8348e3cf760 (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.