Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2015 FBO #4999
MODIFICATION

70 -- CEE Laptops

Notice Date
7/30/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
801 I Street NW, Washington, DC 20536
 
ZIP Code
20536
 
Solicitation Number
20087831
 
Response Due
8/5/2015
 
Archive Date
2/1/2016
 
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
CANCELLATION NOTICE:Bids are being solicited under solicitation number 20087831. 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. 738359. DHS FirstSource II Bids Only: Seller shall ONLY bid on this opportunity if they are able to provide commercially-available IT commodities, solutions, and value-added reseller (VAR) services per the requirements established in the Delivery Order solicitation. Seller shall adhere to all terms and conditions stated in their respective DHS FirstSource II IDIQ contract, AS WELL AS any additionally imposed through the Delivery Order solicitation - provided they do not contradict those executed by the former. Both the status of the Seller (i.e. its ability to conduct business with the Federal Government) and the status of the Seller?s IDIQ contract shall be in an ACTIVE state at the time a bid is submitted. This requirement is a [ 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 2015-08-05 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DHS Customs and Border Protection (CBP) requires the following items, Brand Name or Equal, to the following: LI 001: Dell E6430 or equivalent equipment, 28, EA; LI 002: docking station, 26, 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, DHS Customs and Border Protection (CBP) 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. DHS Customs and Border Protection (CBP) 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be 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. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Supplemental Bid Information 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. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6 All products to be delivered under the resulting contract shall comply with the salient, physical, functional, or other characteristics set forth below which have been determined to be essential to the needs of the Government. These characteristics shall be used by the Government to determine that the offered products are equal in all material respects to the products listed in the attached Statement of Work Material shall be packaged, packed, and marked for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Packages shall be clearly identified on the outer wrapping with the contract number and delivery/task order number, if applicable. The Contracting Officer is the only person authorized to approve changes in any of the requirements of this contract. In the event the Contractor effects any changes at the direction of any person other than the Contracting Officer, the changes will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. The Contracting Officer shall be the only individual authorized to accept nonconforming work, waive any requirement of the contract, or to modify any term or condition of the contract. The Contracting Officer is the only individual who can legally obligate Government funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. SUBMISSION OF INVOICES In order to request contract payment, the contractor shall submit a proper invoice, as defined by Federal Acquisition Regulation (FAR) 2.101 for payment in the manner and format described below. (a)The contractor shall submit an original invoice/voucher, via postal mail or electronic mail (email), simultaneously to the following: 1.National Finance Center (NFC) DHS/U.S. Customs and Border Protection National Finance Center/Commercial Accounts PO Box 68908 Indianapolis, Indiana 46268 OR email: cbpinvoices@dhs.gov Note: For invoices with payment terms less than net 30: The subject line for all emailed invoices to the NFC must include the following text: Per CBP, Net [state # days] Invoice 2.Contracting Officer or Contract Administrator (CO or CA)[fill in at time of award] DHS/U.S. Customs and Border Protection Attention: [insert name of COor CA] [insert CO or CA office designation] [insert mailing address] [insert city, state, zip code or country information] ORemail: [insert email address] 3.Contracting Officer?s Representative (COR) (fill in at time of award): DHS/U.S. Customs and Border Protection Attention: [insert name of COR] [insert COR office designation] [insert mailing address] [insert city, state, zip code or country information] ORemail: [insert email address] (b)The contractor shall submit a copy of the original invoice/voucher for all DHS cost-reimbursement and time and material/labor hour contracts and delivery orders to the branch manager/resident auditor of the cognizant Defense Contract Audit Agency (DCAA) Field Audit Office. Copies may be sent to DCAA, via postal mail or email and must be sent at the same time the invoice/voucher is sent to the NFC, COand COR. The CO shall provide the following information: DCAA Field Office [insert name of DCAA Field Office designation] Name: [insert name of branch manager/resident auditor] [insert DCAA Field Office mailing address] [insert city/state/zip code or country information] Phone: [insert DCAA Field Office phone number] Email: [insert branch manager/resident auditor?s email address] (c)In accordance with FAR 32.904(b), the CO, in conjunction with the COR and NFC, will determine whether the invoice is proper or improper within seven (7) days of receipt. Improper invoices will be returned to the contractor within seven (7) days of receipt. REVIEW AND APPROVAL REQUIREMENTS (a)To constitute a proper invoice, invoices shall include, at a minimum, all the items required in FAR 32.905. (1)The minimum requirements are: i.Name and address of the contractor. ii.Invoice date and invoice number. iii.Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number. iv.Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. v.Shipping and payment terms (e.g. shipment number and date of shipment, discount for prompt payment terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. vi.Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). vii.Name (where practicable), title, phone number, and mailing address of person to notify in the event of a defective invoice. viii.Taxpayer identification number (TIN). ix.Electronic funds transfer (EFT) banking information. x.Any other information or documentation required by the contract (e.g. evidence of shipment). (2)For cost reimbursement or time and material contracts (other than a contract for a commercial item), the contractor shall bill and maintain a record of indirect costs in accordance with FAR 52.216-7(d). (b)Supplemental documentation required for review and approval of invoices, at the written direction of the contracting officer, may be submitted directly to either the contracting officer, or the contracting officer?s representative.Contractors shall submit all supplemental invoice documentation along with the original invoice. (c)Invoices that fail to provide the information required by the Prompt Payment clause (FAR 52.232-25) may be rejected by the Government and returned to the contractor. Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any news release or commercial advertising without first obtaining explicit written consent to do so from the Contracting Officer. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. Orders for supplies to be furnished under this contract shall be accomplished by the issuance of written delivery orders specifying the types and quantities of supplies to be ordered. All delivery orders issued under this contract shall conform to the provisions of the contract clause, "Ordering,? FAR 52.216-18, and ?Order Limitations,? FAR 52.216-19. The only office(s) authorized to issue delivery orders under this contract are: U. S. Customs and Border Protection A.Contractor Performance Evaluations Interim and final performance evaluation reports will be prepared on this contract or order in accordance with FAR Subpart 42.15. A final performance evaluation report will be prepared at the time the work under this contract or order is completed. In addition to the final performance evaluation report, an interim performance evaluation report will be prepared annually to coincide with the anniversary date of the contract or order. Interim and final performance evaluation reports will be provided to the contractor via the Contractor Performance Assessment Reporting System (CPARS) after completion of the evaluation. The CPARS Assessing Official Representatives (AORs) will provide input for interim and final contractor performance evaluations. The AORs may be Contracting Officer?s Representatives (CORs), project managers, and/or contract specialists. The CPARS Assessing Officials (AOs) are the contracting officers (CO) or contract specialists (CS) who will sign the evaluation report and forward it to the contractor representative via CPARS for comments. The contractor representative is responsible for reviewing and commenting on proposed ratings and remarks for all evaluations forwarded by the AO. After review, the contractor representative will return the evaluation to the AO via CPARS. The contractor representative will be given up to fourteen (14) days to submit written comments or a rebuttal statement. Within the first seven (7) calendar days of the comment period, the contractor representative may request a meeting with the AO to discuss the evaluation report. The AO may complete the evaluation without the contractor representative?s comments if none are provided within the fourteen (14) day comment period. Any disagreement between the AO/CO and the contractor representative regarding the performance evaluation report will be referred to the Reviewing Official (RO) within the division/branch the AO is assigned. Once the RO completes the review, the evaluation is considered complete and the decision is final. Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file and may be used in future award decisions. B. Designated Contractor Representative The contractor must identify a primary representative for this contract and provide the full name, title, phone number, email address, and business address to the CO within 30 days after award. C. Electronic Access to Contractor Performance Evaluations The AO will request CPARS user access for the contractor by forwarding the contractor?s primary and alternate representatives? information to the CPARS Focal Point (FP). The FP is responsible for CPARS access authorizations for Government and contractor personnel. The FP will set up the user accounts and will create system access to CPARS. The CPARS application will send an automatic notification to users when CPARS access is granted. In addition, contractor representatives will receive an automated email from CPARS when an evaluation report has been completed. Definition: As used in this provision, the term "brand name" includes identification of products by make and model number. If items called for by this solicitation have been identified in the schedule by a "brand name" description, such identification is intended to be descriptive, but not restrictive. a)This solicitation contains the provision FAR 52.211-6 "Brand Name or Equal" in Section L. Offerors are cautioned to comply with the requirements of this provision. b)Offerors proposing "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the offer and are determined by the Government to meet fully the salient characteristics requirements set forth in the clause "Minimum Salient Characteristics" contained in Section C of this solicitation. c) If the offeror proposes to furnish an "equal" product, the brand name, if any, and model number of the product to be furnished shall be inserted in the spaces provided in the Schedule. Unless the offeror clearly indicates in its offer that it is proposing an "equal" product, its offer shall be considered as offering the brand name product referenced in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20087831/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03817149-W 20150801/150730235931-46f074d10af7d1ad53bc23da7daa8c21 (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.