Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
MODIFICATION

84 -- TMSE Course Equipment

Notice Date
4/4/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
2230 Gallows Rd, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
PR3272806
 
Response Due
4/4/2014
 
Archive Date
10/1/2014
 
Point of Contact
Name: Ronald Rokosz, Title: Logistics Coordinator, Phone: 5712269623, Fax:
 
E-Mail Address
rokoszrj@state.gov;
 
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 PR3272806 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 316998 with a small business size standard of 500.00 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 2014-04-04 15:30:00.0 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, Brand Name or Equal, to the following: LI 001: Radio, Motorola CP-200 XLS: portable two-way radio enables you to efficiently organize your workforce using conventional or LTR Trunking. With a limited keypad the CP200 XLS also features an eight character alpha-numericdisplay, four programmable buttons for quick access to up to eight programmable features, a user editable scan list, tones on/off, and call tone tagging. The CP200 two-way radio also includes a large rotary channel selector which allows for quickand easy channel changing. These expanded features, along with its lightweight, rugged design make it the perfect fit for many different types of businesses including educational, retail, and hospitality. VHF Frequency Split: 146-174mhz; UHF CP200 XLS 128 Channel Radio; Li-ion 2250 mAh 7.5V Battery; 90 Minute Rapid Rate Charger; Motorola NAD6502 VHF 6" Antenna; 3" Belt Clip; User Guide CD; Two Year Warranty, 10, EA; LI 002: Digital Camera with 4G Memory Card and 14MP, 5X Optical Zoom, 2.7"LCD, 28mm Wide Angle Lens and advanced features including Auto Scene Detection, Pan-Capture Panorama, Image Stabilization, Smile & Blink Detection, Face Detection, Face Auto Exposure, RGE Smart A1456W 14.1 Megapixel Compact Camera - Black2.7" LCD - 5x Optical Zoom - 4320 x 3240 Image - 1280 x 720 Video - PictBridge - HD Movie ModeProduct Sku: WB2239619 Weight : 5, 10, EA; LI 003: Camcorder - Full HD 1920 x 1080 Recording, SD/SDHC/SDXC Slot & 16GB Flash Memory, Sensitive 1/5.8" 1.5MP CMOS Image Sensor, Full HD 1080/60p Output & WiFi Equipped, Optical 40x (HD) & Dynamic Zoom 70x (SD), Time-Lapse REC & SD/HD 200x Digital Zoom, Mini HDMI Port & 3.0" LCD Touch Display, Advanced Image Stabilizer & Auto REC, Face Recognition & K2 Technology, 6, EA; LI 004: Tactical Spotting Scope w/tripod and case: ELITE TACTICAL SPOTTING SCOPE LMSS 8-40x 60mm 780840. Extraordinary close-up views from extreme ranges. 5x magnification ratio in a lightweight, tough as nails package. Features ED prime glass for incredibly vivid details and fully multi-coated optics for the brightest images. Only 12.7" long and weighs in at 37oz Rubber-armored aluminum body RainGuard HD water-repellent lens coating ED Prime glass Fully multi-coated optics Twist-up eyecups Waterproof/fogproof (Must include manufacturer and part number), 3, EA; LI 005: SanDisk? 64GB Ultra? SDHC?/SDXC? UHS-I Card: Model: SDSDU-064G-A11, 16, EA; LI 006: ATAC A2 Light with Clip Holster - Aerospace Grade Aluminum, (2) AA Duracell? Batteries Included, Regulated Circuit for Maximum Output, Cree? XP-E LED, Gold Plated Contacts, Intelligent Switch w. High/Low/Strobe, Momentary-On Switch, Stamped Metal Pocket Clip, Black TPR Soft Touch Anti-Roll Ring, Break-Away Lanyard Included, Water Resistant Construction, 30, KT; LI 007: Laser Range Finder: Elite? 1600 ARC? - Laser Rangefinder 205110 The ultimate in innovation, the NEW ELITE 1600 ARC, combines the best of a compact monocular with the new Vivid Display Technology?. Every range is displayed with rich contrast and stunning clarity no matter what the lighting conditions are. At the push of a button, it displays the exact distance to your target from 5 to 1,600 yards. With built-in Angle Range Compensation, BOW Mode delivers Line-of-sight, degree of angle, and true horizontal distance and RIFLE Mode provides line-of-sight, degree of angle, and bullet-drop / holdover data. With new RainGuard? HD anti-fog coating and a fully waterproof design to ensure reliability and clarity in all conditions, it?s the best of all worlds. SpecificationS: Weight 10 oz, Ranging Accuracy +/- 1 yard, Range 5-1600 yards / 5-1463 meters, Magnification 7x, Objective Diameter 26 mm, Optical Coatings Fully Multi-Coated, RainGuard HD Coating Yes, Display VDT, Power Source 3-volt lithium (CR-123), Field Of View 340 ft at 1000 yards / 104 meters at 1000 meters, Long Eye Relief 19 mm, Exit Pupil 3.7 mm, Waterproof Yes, Built-in Tripod Mount Yes, Includes battery, carrying case and strap, 6, EA; LI 008: Blackhawk CZ Gear Bag Constructed of 1000 denier nylon with reinforced stitching for durability, Innovative corner-zipper design, Full wraparound carry handles for superior weight support, Adjustable shoulder strap with reversible, non-slip HawkTex? shoulder pad, Dimensions: ? Total: 33.5?L x 16?W x 15?D = 8040 cu. in, 4, EA; LI 009: Three day assault pack - Constructed of heavy-duty 1000 denier nylon, Sleeping bag straps and padded shoulder, straps with D-rings for equipment attachment, Detachable, elasticized sternum strap with silent release buckle, Compartments are closed by durable YKK? zipper and sliders with silent pulls, Ventilating back panel and silent zipper pulls Dual side-detachable, padded waist belt, Reinforced drag/carry handle, Specifications: Dimensions (main comp.): 20?L x 13?W x 6?D, Dimensions (front comp.): 14.5?L x 12.5?W x 2.5?D, Cubes: 2000 cu. in. / 37 L, 4, EA; LI 010: NTESM1000 Search Mirror: A large 12 in. (30 cm) convex mirror along with the aid of a bright 4 LED light assembly, provides the operator an easy and quick view. NTEMSM1000 Specifications - 12 in. Diameter (30 cm) convex mirror tilted for easy viewing, Bright LED light bar (x2), 15hrs run time, Quick change standard 9v (x2) batteries located inside the pole, Foam hand grip, Deluxe swivel caster (x3), Mil spec water tight push button switch. Telescopic, non-rotational, black anodized pole (4 sections), Length 25? to 66? (63.5 cm to 167.5cm), non-rotational telescopic pole (5 pc.), Weight: 7.0 lbs ( 3.2 kg), 4, EA; LI 011: "CRIME SCENE DO NOT CROSS" barricade tape is 3 mil and is 3" by 1000' in length. Presco caution tape is valued by those in the fields of law enforcement, safety, construction, painting, mining, hardware and utilities. This "CRIME SCENE DO NOT CROSS" tape is an economical marking product. Presco caution and barricade tape is manufactured for durability and resistance to the elements and is preferred worldwide for marking danger areas and special instructions. Take advantage of our discount price on this "CRIME SCENE DO NOT CROSS" barricade tape now. CRIME SCENE DO NOT CROSS message on tape. This caution tape is 3 mil. Dimensions of this barricade tape are 3 inches wide by 1,000 feet long., 9, RL; LI 012: DIRECTIONAL MAGNETIC COMPASS W/LANYARD Directional compass, liquid filled, Olive Drab. Mustang 15641 UPC: 766359156415, 4, EA; LI 013: 2' X 6" Schedule 80 Threaded PVC Pipe with 2 matching Threaded end caps each, 4, SET; LI 014: 10 gauge, Red Speaker Wire 10-25 foot, 1, RL; LI 015: 10 gauge, Blue Spearker Wire 10-25 foot, 1, RL; LI 016: 10 gauge, Black Speaker Wire 10-25 foot, 1, RL; 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). 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. 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 All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. The selected Offeror must comply with the following commercial item terms and conditions. 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. 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. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. 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. 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, among others. 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 ________________________________________________ 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. Delivery must be made within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - required to make delivery after it receives a purchase order from the buyer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/PR3272806/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN03330371-W 20140406/140404234616-1303bee9d21b860cb9799333e47b9981 (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.