Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
MODIFICATION

62 -- SAFETY LIGHT ARM BAND

Notice Date
2/11/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
199 6th AVE, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
0010783822
 
Response Due
2/26/2016
 
Archive Date
8/24/2016
 
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 0010783822 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 2005-86. The associated North American Industrial Classification System (NAICS) code for this procurement is 335129 with a small business size standard of 500.00 employees.This requirement is unrestricted 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 2016-02-26 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT KNOX, KY 40121 The MICC Fort Knox requires the following items, Brand Name or Equal, to the following: LI 001: SAFETY LIGHT ARM BAND; IN ACCORDANCE WITH SPECIFICATIONS CONTAINED HEREIN. ARM BAND SHALL BE BRAND NAME OR EQUAL TO WWW.4IMPRINT.COM, ITEM # 122129 WITH BATTERIES INCLUDED. CONTRACTOR SHALL PROVIDE TWO PRE-PRODUCTION SAMPLES WITHIN 10 BUSINESS DAYS AFTER AWARD. PRICING INCLUDES ALL APPLICABLE FEES., 200000, EACH; 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, MICC Fort Knox 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. MICC Fort Knox 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. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission The contractor shall provide two pre-production samples within 10 business days of award. Partial shipments are authorized however, all shipments shall be received within 120 days after approval of pre-production samples. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL 52.202-1 Definitions 52.203-3 Gratuities 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications. 52.208-9 Contractor Use of Mandatory Sources of Supply or Services 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.211-17 Delivery of Excess Quantities 52.212-1 Instructions to Offerors--Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.229-3 Federal, State And Local Taxes 52.232-1 Payments 52.232-8 Discounts For Prompt Payment 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism 252.213-7000 Notice to prospective Suppliers on the Use of Past performance Information Retrieval System ? Statistical Reporting in Past Performance Evaluations 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.225-7001 Buy American And Balance Of Payments Program-- Basic 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7012 Preference For Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS ALTERNATE I 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS 52.233-2 SERVICE OF PROTEST 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.209-7991 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW?FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O0002) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE--BASIC 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. The contractor shall provide two pre-production samples within 10 business days of award. Partial shipments are authorized however, all shipments shall be received within 120 days after approval of pre-production samples. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. The Tax Liability Form SHALL be completed and returned with FedBid quote before the end date and time of this solicitation. Digital copies of the certificate SHALL be emailed to clientservices@fedbid.com. PLEASE IDENTIFY DONNIE CLARK AND FEDBID BUY NUMBER ON DOCUMENT. The Buy American Certificate SHALL be completed and returned with FedBid quote before the end date and time of this solicitation. Digital copies of the certificate SHALL be emailed to clientservices@fedbid.com. PLEASE IDENTIFY DONNIE CLARK AND FEDBID BUY NUMBER ON DOCUMENT. Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) WAREHOUSE RECEIVING HOURS Unless otherwise stated, all Fort Knox deliveries shall be made between the hours of 8:00 AM and 3:00 PM, Monday through Friday, excluding legal federal holidays. Furnish itemized delivery ticket with shipment to consignee. TAX EXEMPTION Kentucky State Sales and Use Tax Permit #FG-047-100 furnished upon request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e66ccccd03c30b64b25f1e4b9f41c0ef)
 
Place of Performance
Address: FORT KNOX, KY 40121
Zip Code: 40121
 
Record
SN04018063-W 20160213/160211234622-e66ccccd03c30b64b25f1e4b9f41c0ef (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  © 1994-2020, Loren Data Corp.