Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2015 FBO #4807
MODIFICATION

63 -- Aviation Weather Monitoring Software and Hardware

Notice Date
1/20/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
71017 Militarty Circle, Jefferson City, MO 65101
 
ZIP Code
65101
 
Solicitation Number
W912NS-T-15-4007-WeatherSoftware
 
Response Due
1/21/2015
 
Archive Date
7/20/2015
 
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
N/A
 
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 W912NS-T-15-4007-WeatherSoftware 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 334290 with a small business size standard of 750.00 employees.This requirement is unrestricted 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 2015-01-21 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be JEFFERSON CITY, MO 65101 The National Guard - Missouri requires the following items, Meet or Exceed, to the following: LI 001: Scope of Work: Provide off the shelf software license that provides real time or near real time aviation weather reporting using a standalone independent weather station that is not connected to existing MOARNG internal network. All hardware must be provided. The following locations to be provided follows: 1. AAFA #1, 2501 Lester Jones Avenue, Springfield, MO 65803 (Includes One Year Warranty and Support), 1, Job; LI 002: Provide off the shelf software license that provides real time or near real time aviation weather reporting using a standalone independent weather station that is not connected to existing MOARNG internal network. All hardware must be provided. The following locations to be provided follows: 2. AASF #1, 1150 Arnold Avenue, Building 1720, Whiteman AFB, MO 65305 (Includes One Year Warranty and Support), 1, Job; LI 003: Provide off the shelf software license that provides real time or near real time aviation weather reporting using a standalone independent weather station that is not connected to existing MOARNG internal network. All hardware must be provided. The following locations locations to be provided follows: 3. S&S Training Site, 1225 Cooper Drive, Jefferson City, MO 65101 (Includes One Year Warranty and Support), 1, Job; LI 004: Provide off the shelf software license that provides real time or near real time aviation weather reporting using a standalone independent weather station that is not connected to existing MOARNG internal network. All hardware must be provided. The following locations to be provided follows: 4. AASF #2, 1255 Artillery Circle, Building 5012, Fort Leonard Wood, MO 65473 (Includes One Year Warranty and Support), 1, Job; 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, National Guard - Missouri 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. National Guard - Missouri 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. 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/. 252.225?7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014) (a) Definitions. As used in this provision? Government of a country that is a state sponsor of terrorism includes the state and the government of a country that is a state sponsor of terrorism, as well as any political subdivision, agency, or instrumentality thereof. Significant interest means? (i) Ownership of or beneficial interest in 5 percent or more of the firm?s or subsidiary?s securities. Beneficial interest includes holding 5 percent or more of any class of the firm?s securities in ??nominee shares,?? ??street names,?? or some other method of holding securities that does not disclose the beneficial owner; (ii) Holding a management position in the firm, such as a director or officer; (iii) Ability to control or influence the election, appointment, or tenure of directors or officers in the firm; (iv) Ownership of 10 percent or more of the assets of a firm such as equipment, buildings, real estate, or other tangible assets of the firm; or (v) Holding 50 percent or more of the indebtedness of a firm. State sponsor of terrorism means a country determined by the Secretary of State, under section 6(j)(1)(A) of the Export Administration Act of 1979 (50 U.S.C. App. 2405(j)(1)(A)), to be a country the government of which has repeatedly provided support for acts of international terrorism. As of the date of this provision, state sponsors of terrorism include: Cuba, Iran, Sudan, and Syria. (b) Prohibition on award. In accordance with 10 U.S.C. 2327, unless a waiver is granted by the Secretary of Defense, no contract may be awarded to a firm if the government of a country that is a state sponsor of terrorism owns or controls a significant interest in? (1) The firm; (2) A subsidiary of the firm; or (3) Any other firm that owns or controls the firm. (c) Representation. Unless the Offeror submits with its offer the disclosure required in paragraph (d) of this provision, the Offeror represents, by submission of its offer, that the government of a country that is a state sponsor of terrorism does not own or control a significant interest in? (1) The Offeror; (2) A subsidiary of the Offeror; or (3) Any other firm that owns or controls the Offeror. (d) Disclosure. (1) The Offeror shall disclose in an attachment to its offer if the government of a country that is a state sponsor of terrorism owns or controls a significant interest in the Offeror; a subsidiary of the Offeror; or any other firm that owns or controls the Offeror. (2) The disclosure shall include? (i) Identification of each government holding a significant interest; and (ii) A description of the significant interest held by each government. (End of provision) Note: The Contracting Officer reserves the right to award to other than the low bidder based on the following items in the respective order: Technical acceptability compared to price resulting in the best overall value for the Government. One year of service selected with no option years on the basis that significant changes may occur in the near future. The offer submittal shall list the item by part number, the product description as listed above and any transportation costs. The offer shall list unit prices, total for each part number, and an overall totaled price. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS at FAR 52.212-3. The government will not accept incomplete proposals/quotations. Offers will be evaluated on technical acceptability and price for the overall best value. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the best overall value. 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations -- Representation 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 5, 16, 17, 18, 19, 20, 24(i), 24(ii), and 31 52.214-34 Submission of Offers in the English Language 52.214-35 Submission of Offers in U.S. Currency 52.219-1 Small Business Program Representations 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post - Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies The attached matrix will be used to determine the best overall value to the Government along with pricing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3497b52fdc6096a09b1f0ae17eb6aaff)
 
Place of Performance
Address: JEFFERSON CITY, MO 65101
Zip Code: 65101
 
Record
SN03620432-W 20150122/150120234818-3497b52fdc6096a09b1f0ae17eb6aaff (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.