MODIFICATION
69 -- Target Equipment Repair Parts
- Notice Date
- 6/9/2014
- Notice Type
- Modification/Amendment
- Contracting Office
- 7410 Apennines Drive, Fort Riley, KS 66442
- ZIP Code
- 66442
- Solicitation Number
- 0010521636
- Response Due
- 6/11/2014
- Archive Date
- 12/8/2014
- 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
- MODIFICATION NOTICE:Bids are being solicited under solicitation number 0010521636. 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. 618262_01. 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. This requirement is unrestricted and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-06-11 16:30:00.0 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, Brand Name or Equal, to the following: LI 001: 20-3378 HIT INPUT CABLE, SIT W/VERMIN REST. Please state per each line if "Open Market" or GSA Schedule., 20, EA; LI 002: 914329 RELAY, DPDT, 15A, 12VDC Please state per each line if "Open Market" or GSA Schedule., 9, EA; LI 003: 913987-3 FUSE 3A, 250V, SLO-BLO Please state per each line if "Open Market" or GSA Schedule., 10, EA; LI 004: 914339 D.C. POWER CONTACTOR, 12 VDC, 100A, SPNO Please state per each line if "Open Market" or GSA Schedule., 2, EA; LI 005: 914325 CONTACTOR, HEAVY DUTY, DC POWER Please state per each line if "Open Market" or GSA Schedule., 2, EA; LI 006: 20-3281 AOPERATING PROGRAM ATS SAT Please state per each line if "Open Market" or GSA Schedule., 5, EA; LI 007: 20-3200-232 MODEM PCA, RF 2400, HHC RZ9 MAT Please state per each line if "Open Market" or GSA Schedule., 2, EA; LI 008: 20-6008 P.C. ASSEMBLY, TARGET CONTROL Please state per each line if "Open Market" or GSA Schedule., 5, EA; LI 009: 20-6058 P.C. ASSEMBLY, TARGET CONTROL Please state per each line if "Open Market" or GSA Schedule., 5, EA; LI 010: 20-6124 ECU ASSEMBLY, ATS RF SAT Components: 20-6008 P.C. ASSEMBLY, TARGET CONTROL 1. EA; 20-3281 OPERATING PROGRAM ATS SAT 1. EA; 916475 DATA TRANSCEIVER, NARROWBAND 136-162 MHZ VHF 1. EA Please state per each line if "Open Market" or GSA Schedule., 1, EA; LI 011: 921476 GEARMOTOR, 12VDC, HP 1/15, AMPS 13.5, 250LB IN. TORQ. Please state per each line if "Open Market" or GSA Schedule., 2, EA; LI 012: 917651 OPTICAL ENCODER KIT (ESDS)Please state per each line if "Open Market" or GSA Schedule., 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, 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. 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. 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 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/. Offeror must be registered in the Online Representations and Certifications Application (ORCA) database before an award can be made to them. If the offeror is not registered in ORCA, it may do so through the ORCA website at https://orca.bpn.gov. The applicable NAICS code for this procurement is 335999 with the related size standard of 500 employees. 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 the 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 quotes as incomplete and ineligible for award. Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov FedBid is NOT a forum for filing protests against the Government. Attempts to fie protest through FedBid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulations (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the formal process describe below. To be timely, protest must be filed within the periods specified in FAR 33.10. (1) All agency-level protest should be sent to the contracting offer for resolution, see contact information below. (2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concern 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 4400 Martin Road Room: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 or Email: usarmy.restone.usamc.mbx.protest@mail.mil. Contracting Officer Jennifer Pacheco MICC - Fort Riley Com: 785.239.4586 The Government will award a firm fixed price contract resulting from this solicitation to the responsible offer 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 deliver of the time offered to meet the Governments requirement. All evaluation factors other than price when combined are more important than price In accordance with DFARS 252.232-7003. Electronic Submission of Payment Request and Receiving Reports. The Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. There is no charge to us 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 1-866618-5988; Commercial 1-801-605-7-95; Fax Commercial 1-801-605-7453 and Email CSCASIG.DISA.MIL In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. Vendor may submit quotes for alternate brand name items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Vendor MUST enter exactly what they are offering (including make, model and description) into the blank description field in order for the quote to be considered. The government will evaluate 'equal' items on the basis of information furnished by the Vendor or identified in the quote and reasonably available to the government. The government is not responsible for locating or obtaining any information not identified in the quote. Vendor must ensure that all the equipment supplied is compatible with the current system and will not void manufacturer?s warranty. Vendor will have to replace incompatible parts at no cost to the government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b2b332dae1066a2a4d6ae1c3f4dc63ed)
- Place of Performance
- Address: FORT RILEY, KS 66442
- Zip Code: 66442-7035
- Zip Code: 66442-7035
- Record
- SN03389352-W 20140611/140609234557-b2b332dae1066a2a4d6ae1c3f4dc63ed (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 |