Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2014 FBO #4500
SOLICITATION NOTICE

58 -- GBAN SIM CARDS

Notice Date
3/19/2014
 
Notice Type
Presolicitation
 
Contracting Office
1792 12T STREET, FORT RILEY, KS 66441
 
ZIP Code
66441
 
Solicitation Number
W911RX-14-T-0084
 
Response Due
3/24/2014
 
Archive Date
9/20/2014
 
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
N/A
 
Description
Bids are being solicited under solicitation number W911RX-14-T-0084. 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. 596058. 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. 10The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-03-24 13:00:00.0 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: BGAN med usage annual 1200 MB +0 min (voice)- For use with the Harris RF-9800B terminal. Includes static IP addresses assigned to each SIM card. Services will include both background IP an dedicates data. The 1200MB allowance is based on using background IP exclusively; dedicated data, 10, EA; LI 002: BGAN Activation Fee for line item 0001, 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 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. 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 Riley 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.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. All of Fort Riley's buy terms apply to this solicitation. The following solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, Commercial Items. Quotes failing to met all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price purchase order will be awarded as a result of this solicitation. Please see FAR 13.004-Legal effect of quotations Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the government to respond. Questions can be submitted by using the 'Submit a Question' button. Questions not received prior to 03/21/2014 NLT 1100am (CST) may not be considered. This solicitation requires registration with the System for Award Management (SAM) to be eligible for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The applicable NAICS code for this procurement is 334220 with the related size standard of 750 employees (or dollars). The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote as incomplete and ineligible for award. The Government will award a firm fixed price 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, technical capability, past performance, and delivery of the item offered to meet the Government requirement. All evaluation factors other than price, when combined, are equally important as price (Lowest Price Technically Acceptable (LPTA)). Techncial Evaluation Technical Evaluation will be performed on all salient features and/or charactertics provided by the vendor only. The vendor's specifications will be evaluated against all listed required specifications provided by the government. Item shall meet all of the salient physical, functional, or performance characteristics specified by this solicitation to be consider technically acceptable.The offeror must provide a meet or exceed to the product number identifed in each line item. In addition to providing pricing, Vendor must include certain non-pricing information as document(s) attached to their quote, so they are received no later than the closing date and time of this RFQ. Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size.Pricing will not be accepted if it is included in the attachment(s). A Vendor?s failure to comply with these terms shall result in its quote being determined incomplete and shall not be evaluated. The attachment(s) must include the following information: 1. A specification list providing the product and description offered for each line item. Pricing will not be honored if included in the attachment. DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports. I n 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 System for Award Management (SAM) at https://www.sam.gov. 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 Far Clause 52.247-34 F.o.b. Destination applies. 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Delivery must be made within the specified number of days after receipt of order (ARO). The Offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation unless otherwise specified at time of order. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation unless otherwise specified at time of order. Bid MUST be good for 30 calendar days after close of Buy. The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far Provisions: 52.204-7, 52.207-2, 52.212-1, 52.212-3,52.222-22, 52.209-2, 52.223-18, 252.203-7005, 252.206-7000 Clauses: 52.204-10, 52.204-13, 52.204-99, 52.209-10, 52.212-4, 52.212-5, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.222-51, 52.223-18, 52.225-13, 52.252-2, 52.252-6, 52.232-23, 52.232-39, 52.233-3, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000(when applicable), 252.204-7003, 252.204-7004 Alt A, 252.223-7008, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.243-7001, 252.244-7000, 252.225-7036 (Alternate I: ($25,000 to $49,999),Alternate II,($50,000 to $79,506), Alternate III:($79,507 to $100,000)) Exceptions: NONE Solicitations and Contracts valued at $15,000 or above: 52.222-36 Solicitations and Contracts valued at $30,000 or above: 52.209-6 Solicitations and Contracts valued at $100,000 or above: 52.222-35 and 52.222-37 When applicable: FAR Clause 52.223: 15-Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). DFARS Clause 252.204-7000: Disclosure of Information (August 2013) Under FAR Part 12, streamlined procedures for commercial acquisitions a debrief is not required. The government will not offer a debrief for this requirement. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests must be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the contracting officer for resolution. 2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e8f55625b63aa458abede136fcad6462)
 
Place of Performance
Address: FORT RILEY, KS 66442
Zip Code: 66442
 
Record
SN03314414-W 20140321/140319234659-e8f55625b63aa458abede136fcad6462 (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.