Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
MODIFICATION

81 -- Waterproof Shockproof Case

Notice Date
4/24/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
937 N Harbor Drive, San Diego, CA 92132
 
ZIP Code
92132
 
Solicitation Number
N00244-14-T-0044
 
Response Due
4/1/2014
 
Archive Date
9/28/2014
 
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: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 N00244-14-T-0044 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 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 322211 with a small business size standard of 500.00 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 2014-04-01 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be SAN DIEGO, CA 92155 The FLC - San Diego requires the following items, Brand Name or Equal, to the following: LI 001: PART NUMBER: F0001102 ; DESCRIPTION: Transit Case; MANUFACTURER: ECS Case Protect; ******MINIMUM SPECIFICATIONS/SALIENT CHARACTERISTICS****** The case shall be waterproof, watertight, and shockproof. The dimensions shall be 9.93" W X 13.92" L X 6" H. The color shall be black. The case shall include a panel with labels, connecter panel with labels, internal power distribution, and a cushion insert. See the attached Specifications for addtional details. -------ALL BIDS SHALL INCLUDE SPECIFICATIONS AND DRAWINGS------, 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, FLC - San Diego 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 - San Diego 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 is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR 12, using Simplified Acquisition Procedures under FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBID and FBO. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 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 326199 and the Small Business Standard is 750. The proposed contract is 100% set aside for small business concerns. This solicitation is a 100% total set-aside for small business. The NAICS code is 326199 and the Small Business Standard is 750. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. Quotes will be evaluated based on lowest price and technical acceptability (LPTA)basis. Quotes shall meet at least the minimum salient charactersitics/specifications provided in this solicitation to be considered technically acceptable. Quotes that are determined to not be technically acceptable will not be considered for award. The contractor SHALL provide product specifications with their quote/bid. 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. Systems for Award Management (SAM). Sellers must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://sam.gov The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.219-6 Notice of Total Small Business Set-Aside. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.232-18 Availability of Funds 252.225-7001 Buy American Act and Balance of Payments Program. 52.212-1: Instructions to Offerors-Commercial Items; 52.212-4: Contract Terms and Conditions Commercial Items; 52.222-36: Affirmative Action for Workers with Disabilities; 52.225-13: Restrictions on Certain Foriegn Purchases; 52.233-3: Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2: Authorized Use of References; 52.204-7 & 252.204-7004 Alt: Central Contractor Registration; 252.203-7000: Requirements Relating to Compensation of Former DOD Officials; 252.225-7002: Qualifying Countries as Subcontractors; 252.223-7008: Prohibition of Hexavalent Chromium; 252.232-7010: Levies on Contract Payments; 252.232-7006: WAWF Instructions; 252.243-7001: Pricing on Contract Modifications; FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. ALL QUESTIONS in regards to this solicitation SHALL be submitted by 10:00 AM PST, March 27, 2014. Questions received after this date and time, will not be addressed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N00244-14-T-0044/listing.html)
 
Place of Performance
Address: SAN DIEGO, CA 92155
Zip Code: 92155-5401
 
Record
SN03348057-W 20140426/140424235223-e764d1d1535ab9a86dba792a6510fe07 (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.