Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
MODIFICATION

66 -- 1300524198 15TG267 NCTRF PNEUMATIC DIGITAL FABRIC STIFFNESS TESTER

Notice Date
9/18/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
FISC Norfolk Contracting Office Groton Code 245.2, Groton, CT 06349
 
ZIP Code
06349
 
Solicitation Number
N0018915TG267
 
Response Due
9/19/2015
 
Archive Date
3/17/2016
 
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
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 N0018915TG267 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-09-19 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Natick, MA 01760 The FLC Norfolk - Groton requires the following items, Meet or Exceed, to the following: LI 001: Digital Pneumatic Fabric Stiffness Tester with Calibration Certificate. MEET OR EXCEED MFG J.A. King and Company, LLC. KIN-PFST with DFS-025 Gauge Stiffness Tester SPECIFICATIONS Digital Pneumatic Stiffness Tester with Calibration Certificate Determines Fabric Stiffness using the ASTM D4032 Circular Bend Test Method. A plunger of 25.4 mm (1 inch) diameter pushes the fabric through a 38 mm (1.5 inch) orifice for a distance of 57 mm (2.25 inch) in 1.7 seconds and the maximum force is recorded. Includes pneumatic action and battery-operated digital force gauge with peak-hold facility. To be used with laboratory standard compressed air supply Dimensions 20 inch W x 20 inch D x 24 inch H Weight 40 lbs. Sellers must complete solicitation N0018915TG267 in accordance with the Instructions to Quoters to include ALL Mandatory Technical Criteria and Attachments. Interested vendors may submit bids in accordance with all Technical Review Criteria and attachments onto FedBid.com (1) Price Information and Data Specifications for each bid item. Vendors shall complete Contract Line Item Numbers (CLIN) 0001 and to include per unit cost, extended cost, and data specifications for each bid item, as well as lead time. (2) Vendors shall provide a published catalog price listing and two (2) previous paid invoices for the same or similar requested items with their bid submission. (3) The vendor shall complete and return (signed) DFARS 252.209-7992 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law ? Fiscal Year 2015 (Deviation 2014-OO0005) (Dec 2014). (4) The vendor shall complete and return (signed) DFARS 252.203-7998 Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements ? Representation (Deviation 2015-O0010) (Feb 2015). (5) The vendor shall complete and return (signed) DFARS 252.225-7000 Buy America Balance of Payments Program ?Certificate (JAN 2014). Annotate actual Country Name where each quoted item is manufactured. Do not leave blank or state FTA Compliant. (6) Vendors shall submit one original signed copy of the completed Standard Form (SF) 1449, and if applicable, executed copies of all Amendments, and executed Representations and Certifications. Signed copies may be uploaded onto FedBid. Quotes submitted shall be in accordance with the Schedule of Services contained in the solicitation. Quotes shall be held firm for sixty (60) days. EVALUATION FOR AWARD (LOWEST PRICE, TECHNICALLY ACCEPTABLE) Award of the purchase order resulting from this Request for Quote (RFQ) will be made to the responsible vendor whose submission (quote) is technically acceptable, in full compliance with all other requirements set forth in the RFQ, and the lowest price. SELECTION The Government reserves the right to not award a contract if a contract award is not in the best interest of the Government., 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, FLC Norfolk - Groton 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton 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 quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334516 and the Small Business Standard is unrestricted. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-26 Equal Opportunity 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) Interested vendors may submit bids in accordance with all Technical Review Criteria and attachments onto FedBid.com Quotes are due not later than (NLT) Thursday, 17 September 2015, 12:00 p.m., Groton local time. The quotation shall include 8 parts: (1) The vendor shall state that it meets all requirements and takes no exceptions to the specifications listed in the Request for Quote (RFQ). (2) Vendors shall submit one original signed copy of the completed Standard Form (SF) 1449 and all applicable amendments to include the vendor?s DUNS, CAGE code, and TIN. (3) Price Information and Data Specifications for each bid item. Vendors shall complete Contract Line Item Numbers (CLIN) 0001 and to include per unit cost, extended cost, and data specifications for each bid item, as well as lead time. (4) Vendors shall provide a published catalog price listing and two (2) previous paid invoices for the same or similar requested items with their bid submission. (5) The vendor shall complete and return (signed) DFARS 252.209-7992 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law ? Fiscal Year 2015 (Deviation 2014-OO0005) (Dec 2014). (6) The vendor shall complete and return (signed) DFARS 252.203-7998 Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements ? Representation (Deviation 2015-O0010) (Feb 2015). (7) The vendor shall complete and return (signed) DFARS 252.225-7000 Buy America Balance of Payments Program ?Certificate (JAN 2014). Annotate actual Country Name where each quoted item is manufactured. Do not leave blank or state FTA Compliant. (8) Vendors shall submit one original signed copy of the completed Standard Form (SF) 1449, and if applicable, executed copies of all Amendments, and executed Representations and Certifications. Signed copies may be uploaded onto FedBid. Quotes submitted shall be in accordance with the Schedule of Services contained in the solicitation. Quotes shall be held firm for sixty (60) days. EVALUATION FOR AWARD (LOWEST PRICE, TECHNICALLY ACCEPTABLE) Award of the purchase order resulting from this Request for Quote (RFQ) will be made to the responsible vendor whose submission (quote) is technically acceptable, in full compliance with all other requirements set forth in the RFQ, and the lowest price. SELECTION The Government reserves the right to not award a contract if a contract award is not in the best interest of the Government. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS?REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) Signature: ________________________ Name: ___________________________ Title: ____________________________ Date: ____________________________ PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW?FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that? (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that? (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Signature: ________________________ Name: ___________________________ Title: ____________________________ Date: ____________________________ WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) System for Award Management JUL 2013 System for Award Management Maintenance JUL 2013 Brand Name or Equal AUG 1999 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 Requirement to Inform Employees of Whistleblower Rights SEP 2013 System for Award Management Alternate A FEB 2014 Safeguarding Covered Defense Information and Cyber Incident Reporting AUG 2015 Disclosure of Information to Litigation Support Contractors FEB 2014 Prohibition of Hexavalent Chromium JUN 2013 Qualifying Country Sources As Subcontractors DEC 2012 Export-Controlled Items JUN 2013 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INTEGRATION CONTROLS AUG 2015 Subcontracts for Commercial Items JUN 2013 Subcontracts for Commercial Items JUN 2013 COMBATING TRAFFICKING IN PERSONS MAR 2015 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of provision) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (End of clause) ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample solicitation line-item structure and a corresponding offer of a proposed alternative line-item structure follow. Solicitation: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Monitor, Keyboard and Mouse. ---------------------------------------------------------------------------------------------------------------- Alternative line-item structure offer where monitors are shipped separately: ---------------------------------------------------------------------------------------------------------------- Item No. Supplies/Service Quantity Unit Unit Price Amount ---------------------------------------------------------------------------------------------------------------- 0001............................ Computer, Desktop with 20 EA....................... CPU, Keyboard and Mouse. 0002............................ Monitor................. 20 EA....................... ---------------------------------------------------------------------------------------------------------------- (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018915TG267/listing.html)
 
Place of Performance
Address: Natick, MA 01760
Zip Code: 01760
 
Record
SN03894664-W 20150920/150919000450-336662f4c251f48df46388e666601a8b (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.