Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
SOLICITATION NOTICE

84 -- OPTION - Ballistic T-Shirts Level III-A PLUS

Notice Date
1/27/2015
 
Notice Type
Presolicitation
 
Contracting Office
Building 783, Panama,
 
ZIP Code
00000
 
Solicitation Number
PR3820456
 
Response Due
2/10/2015
 
Archive Date
8/9/2015
 
Point of Contact
Name: Yenny Guillory, Title: Contract Specialist, Phone: 2027768632, Fax:
 
E-Mail Address
guilloryyr@state.gov;
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Bids are being solicited under solicitation number PR3820456. 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. 697729. 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 an [ Women-Owned Small Business ] set-aside 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 2015-02-10 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DOS International Narcotics Law Enforcement Affairs - Department of State requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 02/10/2015 - 05/10/2015 LI 001: Ballistic T-Shirts Level III-A PLUS Ballistic Vest - men, small. See attached document for technical specifications., 20, EA; LI 002: Ballistic T-Shirts Level III-A PLUS Ballistic Vest ? men, medium. See attached document for technical specifications., 360, EA; LI 003: Ballistic T-Shirts Level III-A PLUS Ballistic Vest ? men, Large. See attached document for technical specifications., 370, EA; LI 004: Ballistic T-Shirts Level III-A PLUS Ballistic vest ? men, X large. See attached document for technical specifications., 30, EA; LI 005: Ballistic T-Shirts Level III-A PLUS Ballistic Vest - women, small. See attached document for technical specifications., 50, EA; LI 006: Ballistic T-Shirts Level III-A PLUS Ballistic Vest ? women, medium. See attached document for technical specifications., 110, EA; LI 007: Ballistic T-Shirts Level III-A PLUS Ballistic Vest ? women, Large. See attached document for technical specifications., 110, EA; LI 008: Ballistic T-Shirts Level III-A PLUS Ballistic vest ? women, X large. See attached document for technical specifications., 10, EA; Option 1 Period of Performance: 02/10/2015 - 05/10/2015 LI 001: Optional Quantities: Ballistic T-Shirts Level III-A PLUS for Men. Small (1-250 units) See attached document for technical specifications., 1, EA; LI 002: Optional Quantities: Ballistic T-Shirts Level III-A PLUS for Men. Medium (1-250 units) See attached document for technical specifications., 1, EA; LI 003: Optional Quantities: Ballistic T-Shirts Level III-A PLUS for Men. Large (1-250 units) See attached document for technical specifications., 1, EA; LI 004: Optional Quantities: Ballistic T-Shirts Level III-A PLUS for Men. Extra Large(1-250 units) See attached document for technical specifications., 1, EA; LI 005: Optional Quantities: Ballistic T-Shirts Level III-A PLUS for Women Small (1-250 units) See attached document for technical specifications., 1, EA; LI 006: Optional Quantities: Ballistic T-Shirts Level III-A PLUS for Women Medium (1-250 units) See attached document for technical specifications., 1, EA; LI 007: Optional Quantities: Ballistic T-Shirts Level III-A PLUS for Women Large (1-250 units) See attached document for technical specifications., 1, EA; LI 008: Optional Quantities: Ballistic T-Shirts Level III-A PLUS for Women Extra Large(1-250 units) See attached document for technical specifications., 1, 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, DOS International Narcotics Law Enforcement Affairs - Department of State 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. DOS International Narcotics Law Enforcement Affairs - Department of State 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. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation; these can be submitted to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov All Bids must be valid for 60 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. A) The offeror shall provide the government, with its offer submission, written verification from the GSA schedule holder that an agreement exists that validates the offeror's right to offer the GSA schedule items on behalf of the GSA schedule holder, if other than the offeror; and, B) By proactively complying with this offer term, sellers accept that the government will make award to the GSA schedule holder only, as the sole awardee. Further, the sole awardee and only the sole awardee shall submit its invoice to the government and receive payment from the government. GSA schedule orders may include "open market" items, i.e., items not on the awardee's list of GSA schedule items, only in compliance with FAR 8.402(f). Offerors should verify in writing which items are listed on their GSA schedule contracts and which items are "open market" items. For an offer to qualify as an offer based on a GSA schedule contract, the value of "open market" items included in the offer may not exceed the applicable micro-purchase threshold as defined in FAR 2.101. In order to notate which items are open market, in accordance with FAR 8.402(f)(3), Seller must write "open market" in the Line Item Description for any item not currently active on the cited contract, or list in the Seller Bid Description field all open market line numbers (e.g. "Open Market Items: Lines 1, 2, 3.") The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. This is a brand name or equal to procurement, Seller certifies that it is an authorized distributer of the similar product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Contractor shall comply with Sections 38-40 of the Arms Export Control Act (AECA) (22 U.S.C. 2778-2780) and the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120-130) as required, for the prosecution of work under this contract at no additional cost to the Government. Failure to be in compliance with AECA and ITAR by date planned for commencement of contract performance as well as during the entire performance of work under this contract may result in contract termination. Any penalties rendered to the Contractor, as a direct result of being found non-compliance with AECA and ITAR, will be the responsibility of the Contractor. For additional information on AECA and ITAR, see http://www.pmddtc.state.gov/. The Contractor shall comply with license requirements of the Commerce Control List and any Export Administrative Regulations (EAR) which may apply. Process Export License The items being acquired will be donated to the host government of the ultimate destination including: Guatemala. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. Purchase order price includes delivery to the above-mentioned address and compliance with all applicable export/ITAR licensing requirements. If an export license is required, the items shall not be shipped until necessary export licenses are approved. NAICS Code: 339113 The basis of award is lowest price technically acceptable. The Government intends to award a single firm-fixed-price Purchase Order for the requirements identified in this RFQ. The price will not be subject to adjustment after award. This solicitation is a Request for Quote (RFQ) under GSA Schedule 84 - 426 1A. NAICS 339113 Bulletproof vests manufacturing. The Government intends to award a firm fixed price contract for ALL equipment listed under this RFQ. Items will be delivered to the Department of State US Dispatch located n Miami FL and shall be delivered 30 calendar days from receipt of contract award after export license has been processed and approved. Vendor shall consolidate the entire shipment to prevent loss and misdirection. Partial shipments are not allowed. Packaging and preservation shall be IAW best commercial practices to enable shipment to final destination, without repacking or incurring damage during shipment and handling. PLEASE NOTE: All orders are ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: ?Guidelines for Regulating Wood Packaging Material in International Trade? (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor?s expense. The vendor is required to replace any defective items at no additional cost to the Government. The Point of Contact for each solicitation at the U.S. Embassy will be provided upon award of the contract and modifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/INL-RM-MS/PR3820456/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03626008-W 20150129/150127234711-0a12536e9df08acec352fed88c599626 (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.