Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2015 FBO #5053
SOLICITATION NOTICE

59 -- Transformer, portable, step down, 220 volts

Notice Date
9/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Giessener Strasse 30, Frankfurt, 60435
 
ZIP Code
60435
 
Solicitation Number
SGE500-15-R-0145
 
Response Due
9/28/2015
 
Archive Date
3/26/2016
 
Point of Contact
Name: Hannelore Godecki, Title: Procurement Assistant, Phone: 496975353345, Fax:
 
E-Mail Address
godeckih@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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 SGE500-15-R-0145 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 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside 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 2015-09-28 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Antwerp, null 2100 The Department of State requires the following items, Meet or Exceed, to the following: LI 001: TRANSFORMER, 1000 Watt Portable Step Down Transformer; Primary 220 VAC, Secondary 115 VAC; Single phase heavy gauge steel casing with fuse; Pilot Lamp; l.8m cord with European three-prong SCHUKO plug (two prong with earthing clips, plus female contact to accept the third prong/earthing pin from sockets which have this prong); secondary one U-Blade grounded receptacle; UL, CSA, or TUY listed I certified components; and polarity warning light (for auto-transformers) all required. Electrically isolated step-down transformers meeting the above will also be acceptable to meet the requirement for a polarity warning light indicator, 500, EA; LI 002: TRANSFORMER, 1600 Watt Portable Step Down Transformer; Primary 220 VAC, Secondary 115 V AC; Single phase heavy gauge steel casing with fuse; Pilot Lamp; l.8m cord with European three-prong SCHUKO plug (two prong with earthing clips, plus female contact to accept the third prong/earthing pin from sockets which have this prong); secondary one U-Blade grounded receptacle; UL, CSA, or TUY listed I certified components; and polarity warning light (for auto-transformers) all required. Electrically isolated step-down transformers meeting the above will also be acceptable to meet the requirement for a polarity warning light indicator, 850, EA; LI 003: TRANSFORMER, 2000 Watt Portable Step Down Transformer; Primary 220 V AC, Secondary 115 V AC; Single phase heavy gauge steel casing with fuse; Pilot Lamp; l.8m cord with European three-prong SCHUKO plug (two prong with earthing clips, plus female contact to accept the third prong/earthing pin from sockets which have this prong); secondary one U-Blade grounded receptacle; UL, CSA, or TUY listed I certified components; and polarity warning light (for auto-transformers) all required. Electrically isolated step-down transformers meeting the above will also be acceptable to meet the requirement for a polarity warning light indicator, 900, 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, 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State 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. 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. Submissions can be sent 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. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ The equipment is to be delivered to ELSO, Antwerp/Belgium. The exact address will be specified upon award. The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose proposal, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered, and who is determined to be a responsible contractor within the meaning of FAR Part 9, paragraph 9.104. The Government has the right to award without any discussions. The following factors shall be used to evaluate proposals: (i)Pricing & Delivery The price will be evaluated by the lowest aggregate sum of the items including any delivery charges, etc., and if applicable, VAT. Fastest delivery time is to be provided in either calendar days or weeks. (ii) Technical Capability Offerors shall provide with their proposal confirmation that the proposed item meets the entire specifications as provided in Attachment ?A? of this solicitation. Offerors shall provide with their proposal, at a minimum, existing product literature to substantiate the acceptability of their offered products and services in accordance with this solicitation. The offerors shall list a minimum of three contracts and/or subcontracts that they have held over the past two years to demonstrate their prior experience in supplying the equipment in the required category and scale to companies, organizations and other Government entities, etc. Any additional information, such as letters, associations and standards to substantiate the past performance shall be furnished by the offerors. The offeror shall provide the following information for each contract and/or subcontract: a) Customer?s name, address, and telephone numbers of customer?s lead contract and technical personnel; b) Contract number; c) Contract dollar value; and d) Any terminations (partial or complete) and the reason (convenience or default). Technical capability and past performance, when combined, are equal to the price. (iv) Other Requirements: - New equipment ONLY, No grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. - A proposal MUST be good for 30 calendar days after submittal. - To have a bid considered for award, all vendors must provide manufacturer name, model, and extended specifications of the exact equipment being proposed for all line items. No exceptions. Failure to provide this information will result in a ?non-responsive? bid and removal from award consideration. - Offerors must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at https://www.sam.gov/portal/public/SAM/. - A completed copy of the ?Representations and Certifications-Commercial Items?, as provided under FAR clause reference 52.212-3 must be submitted with the offer. 27 - All proposals and other correspondence must be in the English language. - The solicitation and award will be subject to the laws and regulations of the United States of America and is being competed utilizing full and open competition procedures. Proposal Submission The complete proposal submission shall include: (1) Price Proposal, see Article (i) (2) Technical Capability, see Article (ii) (3) Past Performance, see Article (iii) (4) Other Requirements, see Article (iv).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3c6cb0e4075cac5e52f319dc7645b86)
 
Place of Performance
Address: Antwerp, null 2100
Zip Code: 2100
 
Record
SN03898839-W 20150924/150923000446-a3c6cb0e4075cac5e52f319dc7645b86 (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.