Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
MODIFICATION

66 -- Diagnostic Testing Equipment Kit (ONeTOOL brand or equal)

Notice Date
8/20/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
BLDG 10 Phipps Rd, Picatinny Arsenal, NJ 07806
 
ZIP Code
07806
 
Solicitation Number
W15QKN-14-T-3667
 
Response Due
8/22/2014
 
Archive Date
2/18/2015
 
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
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 W15QKN-14-T-3667 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 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 2014-08-22 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The ACC - New Jersey requires the following items, Brand Name or Equal, to the following: LI 001: ONETOOL SYSTEM DIAGNOSTIC TOOL (MFR# ST035RC13-01-003), 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, ACC - New Jersey 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. ACC - New Jersey 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. 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. 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. No partial shipments are permitted unless specifically authorized at the time of award. 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, 52.223-18. The following clauses are to be included in this solicitation: 52.000-4002, LEVEL 1 Anti Terrorist Awareness Training Requirements for Contractor Employees 52.224-4001 Disclosure of Unit Price Information 52.232-4002 Payment 52.233-4000 HQ AMC-LEVEL PROTEST PROGRAM 52.246-4000 Acceptance 52.246-4001 Procurement Quality Assurance Actions 52.247-34, F.O.B.Destination 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 52.215-4005 Electronic and Non-Electronic Proposal Submission Requirements 52.211-4000 Commercial Packaging Requirements 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-1 Instructions to Offerors-Commercial Items, 52.204-7 System for Award Management, 52.211-6 Brand Name or Equal, 52.222-50 Combating Trafficking in Persons, 52.223-6 Drug Free Workplace, 52.232-1 Payments, 52.232-8 Discounts for Prompt Payment, 52.232-11 Extras, 52.233-1 Disputes, 52.233-4 Applicable Law for Breach of Contract Claim, 52.204-13 System for Award Management Maintenance, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.252-1 Solicitation Provisions Incorporated by Reference 52.000-4003 Administrative Space Occupied by Contractors at Picatinny Arsenal, 52.000-4000 Identification of Contractor Employees, 252.211-7003 Acquisition Streamlining, 252.232-7006 Wide Area Workflow Payment Instructions, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7001 Pricing of Contract Modifications, 252.244-7000 Subcontracting for Commercial Items, 252.247-7023 Transportation of Supplies by Sea, 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.232-7010 Levies on Contract Payments, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7048 Export-Controlled Items, 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, 252.203-7005 Oral Attestation of Security Responsibilities, 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law?Fiscal Year 2014 Appropriations (Deviation 2014-O0009). The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The following clauses shall be incorporated by reference under 52.212-5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-13 Notice of Set-Aside of Orders 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer ? System for Award Management.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/03607d7f4ed47dab9637a3cce5939e06)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03472109-W 20140822/140820235131-03607d7f4ed47dab9637a3cce5939e06 (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.