Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
MODIFICATION

70 -- VeriFone Card Readers

Notice Date
12/30/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
6600 Meloy Drive, Suite 250, Ft. Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
W911SF-15-P-CARD
 
Response Due
1/13/2015
 
Archive Date
7/12/2015
 
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 W911SF-15-P-CARD 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 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 334118 with a small business size standard of 1,000.00 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 2015-01-13 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Benning, GA 31905 The MICC Fort Benning requires the following items, Brand Name or Equal, to the following: LI 001: Lease five (5) each Verifone Card Readers(Model# MX860)for 12-months with 3 Option years. Lease of readers will include all required maintenance of the readers. *Card Readers must be compatible with the current POS used by Martin Army Hospital-Fort Benning. **Readers will be replaced in Option Year 2 with new equipment. Location of the readers is Martin Army Community Hospital, Fort Benning Georgia., 12, Months; LI 002: Option Year 1- Lease five (5) each Verifone Card Readers(Model # MX860)for 12-months. Lease of readers will include all required maintenance of the readers., 12, Months; LI 003: Option Year 2 - Lease five (5) each Verifone Card Readers(Model# MX860)for 12-months. Lease of readers will include all required maintenance of the readers. (Readers to be replaced this option period), 12, Months; LI 004: Option Year 3 - Lease five (5) each Verifone Card Readers(Model# MX860)for 12-months. Lease of readers will include all required maintenance of the readers., 12, Months; 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 Benning 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 Benning 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 selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and 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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 Item Identification and Valuation (JUN 2005); 252.246-7000 Material Inspection and receiving Report 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. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Submission of Offers in the English Language The Government will award a contract resulting from this solicitation to the responsible bidder whose qbid conforming to the solicitation will be most advantageous to the Government, considering price alone. "Pursuant to FAR Part 9, the Contracting Officer is required to make a determination regarding the responsibility of the proposed awardee. Following receipt of offers, the Contracting Officer or Specialist will send a form, designed to elicit financial information from an offeror's financial institution, to those offerors having a reasonable chance at receiving the award under this solicitation. You should forward that form to your financial institution and have the financial institution complete and send it directly to the Contract Specialist. For sections 2 and 4 on the document, the financial institution may answer with high, medium or low or they can answer with a numerical amount. The form must be returned to the MICC within three (3) business days. In the absence of this information, the Contracting Officer will have no choice except to find your company "not responsible," a finding which will make you ineligible for award." Award for All or None. The Government intends to award one (1) purchase order as a result of this solicitation. Offers received for less than the stated number if items listed in the solicitation will be considered ineligible for award. Local Clause-058 CONTRACTOR ACCESS TO FORT BENNING (OCT 2014) Effective 1 January 2015, all personnel requiring access to the installation shall possess either a Common Access Card (CAC), Military ID or Individual temporary pass issued by the Fort Benning Directorate of Emergency Services (DES) pursuant to Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Un-cleared Contractors. Common Access Card (CAC): All contractors requiring access to the installation on a recurring basis for a period of 6 months or more shall receive a CAC. CACs are issued through the Contractor Verification System (CVS) program. Issuance of a CAC requires a favorable Federal Bureau of Investigation (FBI) fingerprint check, successful submission of a National Agency Check with Inquiries (NACI) (equivalent or higher) background investigation to the Army?s investigative service provider and a favorably adjudicated NACI (equivalent or higher) investigation from a Federal department or agency will be accepted. To avoid delays in gaining required access to the installation, all contractors eligible for a CAC are encouraged to contact their Contracting Officer Representative (COR) to begin the process to obtain CACs as soon as possible. Long term, unescorted access: Contractors, sub-contractors and vendors requiring physical access to the installation for longer than 24 hours and less than 6 months, but do not require logical access to a DOD computer network, are not eligible for a CAC. These contractors will have a government employee sponsor who will provide the contractual agreement with a cover memorandum signed by a either the Contracting Officer or COR affirming the need for long term, unescorted access. The expiration date of the access will be the end of the contract or visit, or the expiration date of the sponsor?s credential, whichever comes first. Sub-contractors will be bound by the same requirement. Individual Temporary Pass: All contractors and sub-contractors who do not possess a CAC or valid Military ID shall report to the Visitors Center located at I-185/Lindsey Parkway to obtain an Individual temporary pass. A temporary pass will ONLY be issued to persons who produce a valid current government ID with a picture and are able to pass a NCIC Interstate Identification Index check and local exclusion roster. Acceptable forms of ID are: 1.Valid current State Driver?s license that is for driving AND identification. Drivers Licenses issued by states for driving and not identification will not be accepted. 2.State identification card 3.Passport (Foreign Passports must show point of entry stamp). (End of clause) The Government may require continued performance of any services within the limits and at rates specified in the contract. The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7568633d9d78d94eb6f9d7d90435ee9a)
 
Place of Performance
Address: Fort Benning, GA 31905
Zip Code: 31905
 
Record
SN03606236-W 20150101/141230234052-7568633d9d78d94eb6f9d7d90435ee9a (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.