Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
MODIFICATION

34 -- PR3961588 - FACILITY MAINTENANCE TOOLS.

Notice Date
1/28/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
DOS - American Embassy Brazzaville, Washington, DC 20521
 
ZIP Code
20521
 
Solicitation Number
PR3961588
 
Response Due
2/11/2015
 
Archive Date
8/10/2015
 
Point of Contact
Name: Jul Idi Menga Ngouaka, Title: Procurement Agent, Phone: 7033027751, Fax:
 
E-Mail Address
menganj@state.gov;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE:Bids are being solicited under solicitation number PR3961588. 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. 697749_01. 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. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-02-11 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Linden, NJ 07036 The U.S. Embassy Brazzaville, Republic of the Congo requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Leatherman Multitool needle nose Blank SS 18 tool #4ANE2, 10, EA; LI 002: turbo tourch brazing and solder kit #5GEG3, 1, EA; LI 003: Item# 5120-01-598-5649; ENGINEER HAMMER 3 LBS.#6R323, 1, EA; LI 004: Item# 5120-00-900-6097; Double faced 10 lbs sledge hammer#1TM27, 1, EA; LI 005: Aviation snip set 3 pc#5MD08, 6, EA; LI 006: Hacksaw HighT Tension#3Q044, 6, EA; LI 007: Hacksaw blades 12 in 32 TPI bi-mental#5R854, 6, EA; LI 008: Torque and groove pliers #1YHL9, 4, EA; LI 009: long nose pliers with /cutter#5Lj342, 4, EA; LI 010: Dual part charger 120 volts 7.2 v-18 volts#2AEW7, 1, EA; LI 011: Screw Driver set swivel 12 PC #4YP43, 7, EA; LI 012: Tool Bag,16x 9x9 in 16 pocket #4ZB29, 7, EA; LI 013: Fast release locking pliers # 4CHU9, 7, EA; LI 014: Utility Blade pack#5R711, 7, EA; LI 015: Eyewear safety clear#5JE24, 24, EA; LI 016: Mechanics L PR #3BA57, 7, EA; LI 017: Cordless combination kit 18 volt 6 PC # 24T876, 1, EA; LI 018: Battery pack for dewault tools 18 volt XRP PK2 # 6VEE3, 3, EA; LI 019: DUAL part charger 120 volt 7.2 V-18 Volts #2VDJ1, 3, EA; LI 020: Tapcon Driver#4AL05, 3, EA; LI 021: Set Drill bits#1ANZ6, 2, EA; LI 022: No Hub Wrench#2AJJ3, 1, EA; LI 023: No Hub Wrench#1XDZ7, 1, EA; LI 024: Aluminum Wrench# MODEL 31115, 3, EA; LI 025: Aluminum rapid grip wrench#Model14 PN2693, 3, EA; LI 026: Aluminum rapid grip wrench#Model18 PN12698, 3, EA; LI 027: Hex wrenches straight hex#Model 31305 E-110, 3, EA; LI 028: Top screw bench chain vise#Model BC342 BC185, 1, EA; LI 029: Internal wrench#Model342 31405; 1VUV1, 1, EA; LI 030: Soil pipe cutter#N0 246, 1, EA; LI 031: Midget cutter for close quarter tubing#Model4991 item38L112, 7, EA; LI 032: Ratchet handle only for 118 and101#Model118 32933, 7, EA; LI 033: Ratcheting end feed cutter#Model 205 33055, 4, EA; LI 034: Ratchet action plastic pipe#Model RC-1625 23496, 4, EA; LI 035: Replacement blade#ModelRCB-1625 27858, 4, EA; LI 036: Replacement blade#modelRC1625 27858, 4, EA; LI 037: Copper cleaning Brush# MODEL 34142 ITEM#1VTT4, 2, EA; LI 038: Replacement Brush set# MODEL 34142, 2, EA; LI 039: Hex Key set ball end 22 piece SAE/Metric#4CR58 MODEL13222, 4, EA; LI 040: Lead free solder, dia 0.118 in 1lb#Model 333751 1UYK9, 20, EA; LI 041: RECIPROCATING SAWING MACHINE 230V#33621 1.300W MODEL 530, 2, EA; LI 042: METAL CARYING CASE FOR 530-2 #78186, 2, EA; LI 043: HOLE SAW KITS#MODEL 1248 81490, 2, EA; LI 044: HOLE SAW ARBORS#MODEL R6 16296, 2, EA; LI 045: DW1369 PILOT DRILL BIT SET SKU 918241, 3, EA; LI 046: ARBOR EXTENSION#MODEL R6 PN81505, 1, EA; LI 047: VISE BENCH#MODEL140 PN10815, 1, EA; LI 048: VISE BENCH#MODEL160 PN10816, 1, EA; LI 049: MULTI-PURPOSE 6 IN 1 SCREWDRIVER#MODEL1974 PN16573, 12, EA; LI 050: SCREW EXTRACTOR#MODEL1; PN35585, 1, EA; LI 051: DRAIN CLEANER K45AF SINK MACHINE#MODEL K45AF-5 PN36003, 1, EA; LI 052: DRAIN CLEANING ACCESSORIES#T-406, 1, EA; LI 053: MAKITA ELECTRIC HAMMER DRILL 220V#MODEL HR2611F, 3, EA; LI 054: ACID/ PASTE BRUSH,4IN.L,1/2 IN WPK5#MODEL 331765B ; PN 1UJ7, 100, EA; LI 055: WATER SOLUBLE,ALL WEATHER FLUX,1LB#MODEL 22107G;5FYF8, 12, EA; LI 056: FINE ABRASIVE ROLL#MODEL 662611 6286 ;2D734 1-1/2??, 12, EA; LI 057: CORDLESS SCREW DRIVER KIT,9-1/2 IN.L#MODEL,DW920K-2;6RM76, 3, EA; LI 058: ANGLE GRINDER 4-1/2 IN ADDLE 22OV#MODEL D28142-QS;PN32ZU34, 2, EA; LI 059: CORDLESS BAND SAW KIT#MODEL DCS370 K PN6XVZ1, 2, EA; LI 060: KNAACK GANGE BOX#MODEL44 13R519 Knaack 44 Rolling workbench - 4 Drawer, 1, EA; LI 061: MASHALL TOWN MASONS TOOL KIT,9 PC #4JB 18 Model # BTK1, 4, EA; LI 062: TILE CUTTER,1/2 IN CAP,GRAY/BLACK#MODEL 10600BR PN35T145, 1, EA; LI 063: AIR TANK,PORTABLE,11G,12 IN DIA#MODEL 3EUJ9;PN3EUJ9, 2, EA; LI 064: PORTABLE AIR TANK CONVERSION KITS#MODEL 4TK12 PN4TK12, 3, EA; LI 065: PORTABLE ELECTRIC OIL FREE AIR COMPRESSOR #MODEL DWFP55130 PN22YJ96, 1, EA; LI 066: TAPCON SCREWS#MODEL 3139407 ;PN4AK81, 200, EA; LI 067: TAPCON SCREWS#MODEL314307; 4AK82, 200, 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, U.S. Embassy Brazzaville, Republic of the Congo 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. U.S. Embassy Brazzaville, Republic of the Congo 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. 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 30 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 provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. 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.")
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7b2c557508fca5d0915859b54c5b50ca)
 
Place of Performance
Address: Linden, NJ 07036
Zip Code: 07036
 
Record
SN03627556-W 20150130/150128235917-7b2c557508fca5d0915859b54c5b50ca (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.