Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2014 FBO #4515
SOLICITATION NOTICE

99 -- Miscellaneous

Notice Date
4/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SA-11B, Dun Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY14-GC-262
 
Response Due
4/14/2014
 
Archive Date
10/11/2014
 
Point of Contact
Name: Granger Cissel, Title: Supply Systems Manager, Phone: 5712269620, Fax:
 
E-Mail Address
cisselg@state.gov;
 
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 FY14-GC-262 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 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 0 with a small business size standard of 0.00 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 2014-04-14 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Sterling, VA 20166 The Department of State requires the following items, Meet or Exceed, to the following: LI 001: ARMAG type 3 aluminum day box 14 x 12 x 8: Constructed of 11 gauge aluminum. Lined with a minimum of 1/2"" plywood. Meets all ATF specifications for fire, weather and theft resistance. The top door overlaps the sides by 1"" to ensure weather resistance. The single lock door system has hinges that cannot be removed once the door is closed and locked.", 2, EA; LI 002: "ARMAG type 3 aluminum day box 24 x 18 x 12: Constructed of 11 gauge aluminum. Lined with a minimum of 1/2"" plywood. Meets all ATF specifications for fire, weather and theft resistance. The top door overlaps the sides by 1"" to ensure weather resistance. The single lock door system has hinges that cannot be removed once the door is closed and locked.", 2, EA; LI 003: Bowl, plastic, 8 quart, opaque, for gun cleaning supplies, 4, EA; LI 004: "Paddlocks ATF approved American Padlock #5260: American Padlock, Model 5260 Series Body width - 2"" (50mm); body thickness - 3/4"" (19mm); shackle diameter - 3/8"" (10mm); vertical clearance - 1-1/8"" (28mm); horizontal clearance - 3/4"" (19mm); body material - solid steel; shackle material - boron", 4, EA; LI 005: Staple Gun, Heavy Duty, 2, EA; LI 006: 8', 5-plug power strips, 5, EA; LI 007: Extension cord, 50', 4, EA; LI 008: Extension cord, 20', 4, EA; LI 009: "Duplex 18 gauge firing wire 500 ft spools #15082: Sold per spool - 500 feet per spool, 18 gauge duplex connecting wire.", 4, EA; LI 010: "Super Glue? (SGH24J), 4 pack: MFG Model # SGH24J, MFG Part # SGH24J-13", 1, EA; LI 011: "Wire spool reels Tape Reel KW-110 Heavy-Duty 150 foot 16/3 Cord Capacity Reel Features: hand slide mechanism & swivel handle winds cords quickly and easily; shatter & temperature resistant thermoplastic construction; holds up to 150' of 16/3 cord; includes convenient plug capture holes ", 8, EA; LI 012: "Polyethylene strip 1/2"" x 1/2"" x 12"": Package of 10 strips, 12 feet long, 1/2 width"" by 1/2"" depth", 10, EA; LI 013: "Rubber 330B 3 /4""x 1/2"" X 12"" strips: 12 feet long, 3/4"" width by 1/2"" depth, 330B rubber", 6, EA; LI 014: "Rubber 330B 1/2""x 1/2"" X 12"" strips: Package of 10 strips, 12 feet long, 1/2"" width by 1/2"" depth, 330B rubber", 10, EA; LI 015: "Rubber 330B 8"" squares: 8"" x 8"" x 1/2"" depth 330B rubber square", 20, EA; LI 016: "Rubber 330B 2"" x 78"" strip: 78"" length by 2"" width, 330B rubber strip", 2, EA; LI 017: "Nylon cord: 550 lb. test - 7 strand core. 100% nylon. in 100 foot rolls.", 4, EA; LI 018: Compressed air marine handheld air horns. 8 oz. Air Horn Canister, Dimensions: 6.25" x 5.0" x 3.25", Reusable Horn (Trumpet) attaches to replacement canister, 6, EA; LI 019: Safety whistles, Material ABS Plastic, 12, EA; LI 020: "Insect glue boards Model # HG-95788 x 4 per pack: Real-Kill Household Pest Glue Boards (4-count), Model # HG-95789", 4, EA; LI 021: "Electric Tape 10 pack: Electrical tape, approx. 3/4 in. by 60 feet roll, package of 11", 5, EA; LI 022: Gorilla Tape Model # 6035100 2" x 36 feet, 20, EA; LI 023: "Duct Tape 2"": Duct Tape, 1.88 in. x 60 yds. ", 20, EA; LI 024: "Masking Tape 1"" Model # 2020-1A: Production Painting Masking Tape, 9/10 in. x 60 yds., Model # 2020-1A", 6, EA; LI 025: Blueboard insulation foam (4' x 8' x 3/4" sheet), 10, EA; LI 026: 2" PVC pipe, 2 ft length, 1, EA; LI 027: Hand sanitizer, Large Bottle, 4, EA; LI 028: Hand sanitizer, Personal Bottle, 16, EA; LI 029: Fire Extinguishers / Cold Fire Tundra 2 per pack, 4, EA; LI 030: Rubbermade Roughneck 32 gallon wheeled trash can, 2, EA; LI 031: Trash bags, 42-gallon (box of 100), 2, EA; LI 032: Engineer Spike (Tent Peg-Type), 20, EA; LI 033: 1/2" heavy-duty staples for gun, box, 4, EA; LI 034: 3-step heavy-duty step ladder, 250 pound capacity, 2, EA; LI 035: Spray paint blue and yellow 2 each, 4, EA; LI 036: EZ-Up portable shade 10' x 10' Ozark Trail, 4, EA; LI 037: Hand-held radio Motorola pair with charger, 4, EA; LI 038: Folding chairs Flex 1 #545058, 10, EA; LI 039: Plastic folding tables 8ft - 4 pack #982191, 1, EA; LI 040: Crime scene marking tape yellow x roll, 1, EA; LI 041: Uncorded ear plugs, box of 251, 1, EA; LI 042: Pelican case model 1730 2 per team for equipment. Interior Dimensions: 34.00" x 24.00" x 12.50" (86.3 x 60.9 x 31.7 cm), 4, EA; LI 043: "Pelican case model 1690 2 for shotguns / 1 for office. Inside Dimensions: 30.01"" x 25.02"" x 15.00"" (76.2 x 63.5 x 38.1 cm) Outside Dimensions: 33.36"" x 28.44"" x 18.23"" (84.7 x 72.2 x 46.3 cm) ", 5, EA; LI 044: Pelican case model 1620 inert explosive storage. equipped with 2" (5 cm) hard rubber transport wheels, a retractable extension handle and multiple fold down carrying handles. Your equipment can fit into the high density foam or padded dividers for total subjection and protection against impact, vibration or shock. Interior (l/w/d) 21.48" x 16.42" x 12.54" Exterior (l/w/d) 24.64" x 19.39" x 13.78", 1, EA; LI 045: Wheeled roller bag for individual equipment Rothco 2654. Dimensions - 30 x 14 x 14 (Inches). Large Main Compartment with Zipper Closure. Adjustable shoulder Strap. 2 Front Zippered Pouches. Top & Side Carry Handles. Solid Bottom with 2 Plastic Support Strips, 16, EA; LI 046: Cleaning equipment - Hoppes bore brush: Phosphor bronze bristles. Looped and twisted shanks. Handgun (H/G) and Rifle (R) are 8-32 thread; Shotgun (S/G) are 5?16"-27 thread. (699-130-012), 8, EA; LI 047: Cleaning equipment - Bore snake for 12-guage shotgun (664-300-012), 8, EA; LI 048: Cleaning equipment - push rod Lightweight aluminum rod with nylon coating protects shotgun bores from damage. Includes nylon patch loop. Fixed handle. (5626), 8, EA; LI 049: Binoculars, 7x35 (rubber coated) Nikon 7x35 Action Extreme Waterproof Binoculars 7237. Rugged waterproof, Fogproof construction. Rubber armor for sure grip. Bright, multicoated optics. Turn-and-Slide Rubber Eyecups. Long eye relief for eyeglass wearers. Quick central focusing. Diopter control for strain-free viewing. BaK4 High Index Prisms. Includes neck strap and case. 25-Year Limited Factory Warranty, 4, EA; LI 050: Parachute cord 100 ft - paracordplanet.com. 550lb. Type III Commercial Grade parachute cord. It has a core of seven inner strands surrounded by a nylon cover with a minimum breaking strenght of 550lbs., 4, 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, Department of State 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. Department of State 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. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). New Equipment ONLY;NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 90 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 FAR 4.1102 and other applicable regulations and guidelines.Information can be found at www.sam.gov. 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. 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/. Award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The Buyer will review the bids and make a selection on FedBid. Selected Seller means the Seller that submits the Selected Bid. Selected Bid means a Bid submitted by a Seller in response to an IFB, which Bid meets or exceeds the Buyer�s requirements and is accepted by the Buyer pursuant to the terms of the Bid. Participating sellers will note that there may be a 4 to 6 week delay from the time that the Selected Seller receives notification from FedBid to the time that the Selected Seller receives the award document from the Department of State. FedBid will invoice the Selected Seller after the Buyer has accepted a Seller�s bid. The FedBid invoice will include system-generated competition-specific information for identification and referencing purposes. The Selected Seller is responsible for remitting any FedBid fee once they have received payment from the Department of State. The official award document from the Department of State will contain information on how the Selected Seller invoices the Buyer. The official award document from the Department of State will provide the delivery timeline information and the award date on the document is when the official delivery time clock begins. Sellers cannot: combine order shipments, perform drop shipments. A requisition number or credit card number MUST be identified with the shipment and All shipments MUST include the Packing List. For the line items designated as [Brand Name or Equal], the Buyer is allowing Sellers to submit bids for alternate products as long as the bid specification 'Brand Name or Equal' the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price. Award of bids will be evaluated by price, technical capability, delivery and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. The Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. 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:Technical Compliance with Solicitation, Delivery and Warranty Information, Past Performance,and Price, Technical and past performance, when combined, are more important than price. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 90 Calendar Days of receiving final delivery. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/FY14-GC-262/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN03328203-W 20140405/140403235821-8e169ddb09208d9b3e95ecc9ac2efc18 (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.