Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

66 -- HLR Laboratory refrigerator

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 2-1105/C Macomb Street, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
Buy655109
 
Response Due
9/10/2014
 
Archive Date
3/9/2015
 
Point of Contact
Name: Lymari Woodson, Title: 900th Contingency Contracting Battalion, Phone: 9109075121, Fax:
 
E-Mail Address
lymari.woodson.mil@mail.mil;
 
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 Buy655109 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 423450 with a small business size standard of 100.00 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 2014-09-10 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bragg, NC 28310 The MICC Fort Bragg requires the following items, Brand Name or Equal, to the following: LI 001: HLR 125 Laboratory Refrigarator 25.2 cu. ft. Part number 5103125-1: Laboratory refrigerator with single glass door. 25.2 cu.ft. capacity, 4 adjustable shelves. An exterior color blue and white on the inside. Temperature controller with Alarm/Monitor features LED digital display, programmable operating temperature range, single temperature probe, programmable high and low temperature alarms with visual and audible indicators. Dual, swivel locking casters, key lock and dry contact alarm connections. Bacteria-resistant powder coated interior, exterior and door handle. Vendor will provide for all refrigerators a five years compressor, two year parts, and one year labor warranty. Vendor will provide for all freezers three years compressor, two year parts and one year labor warranty. Vendor will be responsible for the maintenance of the units for Refrigerators a five years compressor, two year parts, one year labor warranty, and Freezers three years compressor, two years part, one year labor warranty., 1, EA; LI 002: HLR 256 Laboratory Refrigarator 52 cu.ft: Part number 5103256-1: Laboratory refrigerator with double glass doors. 56 cu.ft. capacity, 8 adjustable shelves. An exterior color blue and white on the inside. Temperature controller with Alarm/Monitor features LED digital display, programmable operating temperature range, single temperature probe, programmable high and low temperature alarms with visual and audible indicators. Dual, swivel locking casters, key lock and dry contact alarm connections. Bacteria-resistant powder coated interior, exterior and door handle. Vendor will provide for all refrigerators a five years compressor, two year parts, and one year labor warranty. Vendor will provide for all freezers three years compressor, two year parts and one year labor warranty. Vendor will be responsible for the maintenance of the units for Refrigerators a five years compressor, two year parts, one year labor warranty, and Freezers three years compressor, two years part, one year labor warranty., 4, EA; LI 003: HLR 125-30 Celsius Laboratory freezer 25.2 cu.ft. Part Number 5213125-1: Single door Laboratory freezer. -15?C to -30?C temperature range. 25.2 cu.ft capacity with 4 shelves. Key lock. An exterior color blue and white on the inside. Temperature controller with Alarm/Monitor features LED digital display, programmable operating temperature range, single temp probe, programmable high temp alarm with visual and audible indicators. Four-inch, 7-day circular chart recorder. Programmable defrost. Bacteria-resistant powder coated interior and exterior. Dry contact alarm connections. (208/230V 60Hz). Vendor will provide for all refrigerators a five years compressor, two year parts, and one year labor warranty. Vendor will provide for all freezers three years compressor, two year parts and one year labor warranty. Vendor will be responsible for the maintenance of the units for Refrigerators a five years compressor, two year parts, one year labor warranty, and Freezers three years compressor, two years part, one year labor warranty., 4, 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 Bragg 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. MICC Fort Bragg 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. The applicable NAICS code for this procurement is 333415 with the related size standard of 750 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 that 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 quote nonresponsive. Will be based on lowest price technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. 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 (DEC 2012). FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.202-1, 52.212-3, 52.204-7, 52.204-9, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.237-2, 252.201-7000, 252.203-7002, 252.204.7008, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.246-70000 Material Inspection and receiving Report, Alternate I (OCT 2011) of 252.225-7001, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission 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. No partial shipments unless otherwise specified at time of order
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c5f3ed237de57c8cf2706d217ea48b2e)
 
Place of Performance
Address: Fort Bragg, NC 28310
Zip Code: 28310
 
Record
SN03486315-W 20140830/140829022820-c5f3ed237de57c8cf2706d217ea48b2e (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.