Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 30, 2014 FBO #4540
SOLICITATION NOTICE

58 -- Radio Test Equipment

Notice Date
4/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Pan American Bldg STE 200, Albuquerque, NM 87109
 
ZIP Code
87109
 
Solicitation Number
686325
 
Response Due
5/1/2014
 
Archive Date
10/28/2014
 
Point of Contact
Name: Sophia Marshall, Title: Purchasing Agent, Phone: 5055637212, Fax:
 
E-Mail Address
sophiamarshall@fs.fed.us;
 
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 686325 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 334519 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 2014-05-01 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Baker City, OR 97814 The Washington Office Acquisition Management IT Support requires the following items, Brand Name or Equal, to the following: LI 001: Communication System Analyzer 1Ghz General Dynamics or Equal Part Number: R8000B, 2, EA; LI 002: APCO Project P25 Trunking General Dynamics or Equal Part Number: R8-P25, 2, EA; LI 003: Trunking Generator General Dynamics or Equal Part Number: R8-TG, 2, EA; LI 004: Enhanced Spectrum Analyzer (250 KHz-1GHz) General Dynamics or Equal Part Number: R8-ESA, 2, EA; LI 005: Cable Fault Locator General Dynamics or Equal Part Number: R8-CF, 2, EA; LI 006: Soft Carrying Case General Dynamics or Equal Part Number: R8-SC, 2, EA; LI 007: Five Year Service Plan General Dynamics or Equal Part Number: R8-5Y, 2, 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, Washington Office Acquisition Management IT Support 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. Washington Office Acquisition Management IT Support 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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/. Evaluation factors and significant subfactors as stated in the solicitation are as follows. Award will be made on the basis of the lowest evaluated price of a quote meeting or exceeding the acceptability standards for non-cost factors. (a) 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: The non-cost factors are: 1) Meets the minium technical requirements as follows: needs to be a self contain unit, weight of unit should be no more then 20lbs, dual display for meters,generator output of 130db w/out external devices, receiver must handle a max of 150 watt input power w/out external devices,signal generator, SINAD meter, distortion meter, tracking generator 2) Signed provision-clause. 3) Specification Sheet for equal items being quoted Requirements for accessibility based on Section 508 Function and Technical provision of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined NOT to be relevant for the following program need: "Land Mobile Radio (LMR)System." Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) do not apply based on the claim of the following exception founded in Federal Acquisition Regulation (FAR) 39.204: - Section 508 back office exception based on 1194.3(f)b. Justification for this claim is documented by the following: "This purchase contains no user initiated activity items or equipment. Additionally it will only be used by radio personal in a physical space frequented only by service personnel to perform preventative maintenance, repair, operations, or occasional monitoring?. In addition, all contract deliverables are subject to these 508 standards as applicable. Regardless of format, all Web content or communications materials produced, including text, audio or video - must conform to applicable Section 508 standards to allow federal employees and members of the public with disabilities to access information that is comparable to information provided to persons without disabilities. All contractors (including subcontractors) or consultants responsible for preparing or posting content must comply with applicable Section 508 accessibility standards, and where applicable, those set forth in the referenced policy or standards documents above. Remediation of any materials, All maintenance for Electronic Information Technology that requires upgrades, modifications, installations and purchases that do not comply with the applicable provisions of 36 CFR Part 1194 as set forth in the RFP shall be the responsibility of the contractor or consultant. The following Section 508 provisions apply to the content or communications material identified in this RFQ: 508 Product Requirements: ?Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Electronic and Information Technology (EIT) deliverables meet at least that information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template s (GPAT?s). Bid MUST be good for 30 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 applicable regulations and guidelines. Registration information can be found at www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/686325/listing.html)
 
Place of Performance
Address: Baker City, OR 97814
Zip Code: 97814
 
Record
SN03349915-W 20140430/140428234240-e5aebf800cc4192144e38ef40c977bbe (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.