Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
MODIFICATION

35 -- OPTION - Renewal: SpectraGuard Next Business Day On SIte Support

Notice Date
3/30/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
6001 Combat Drive, Aber Prov Grd, MD 21005
 
ZIP Code
21005
 
Solicitation Number
W91ZLK-16-T-0075
 
Response Due
3/10/2016
 
Archive Date
9/6/2016
 
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: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 W91ZLK-16-T-0075 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 2005-87. The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 with a small business size standard of 100.00 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 2016-03-10 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The APG - Tenant Division requires the following items, Brand Name Only (Exact Match), to the following: Base Period of Performance: 03/10/2016 - 03/09/2017 LI 001: Renewal SpectraGuard Next Business Day On Site Support Spectra Logic T120 Q (SN: 0639503), 1, JOB; LI 002: Renewal SpectraGuard Next Business Day On Site Support Spectra Logic T50 E (SN: DE63401999), 1, JOB; Option 1 Period of Performance: 03/10/2017 - 03/09/2018 LI 001: Renewal SpectraGuard Next Business Day On Site Support Spectra Logic T120 Q (SN: 0639503), 1, JOB; LI 002: Renewal SpectraGuard Next Business Day On Site Support Spectra Logic T50 E (SN: DE63401999), 1, JOB; Option 2 Period of Performance: 03/10/2018 - 03/09/2019 LI 001: Renewal SpectraGuard Next Business Day On Site Support Spectra Logic T120 Q (SN: 0639503), 1, JOB; LI 002: Renewal SpectraGuard Next Business Day On Site Support Spectra Logic T50 E (SN: DE63401999), 1, JOB; 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, APG - Tenant Division 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. APG - Tenant Division 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. Must provide proof that you are an authorized reseller of Spectra Logic for this buy. No award will be made without proof. Bid MUST be good for 30 calendar days after close of Buy. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. It is also required any contractor doing business with the government under contract be registered in the System for Award Management (SAM) website url: https://www.sam.gov/portal/public/SAM/ 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) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. 52.217-8 -- Option to Extend Services 52.217-9 -- Option to Extend the Term of the Contract 52.222-41 -- Service Contract Labor Standards. 52.222-43 -- Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts). 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.225-7012 Preference For Certain Domestic Commodities 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/?q=browsefar FAR 52.204-3, Taxpayer Identification FAR 52.204-7, System for Award Management FAR 52.215-6, Place of Performance FAR 52.216-1, Type of Contract FAR 52.233-2, Service of Protest FAR 52.246-2, Inspection of Services?Fixed Price FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I FAR 52.204-7, System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Deviation 2013-O0019) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.239-1, Privacy or Security Safeguards FAR 52.243-1, Changes- Fixed Prices FAR 52.247-34, FOB- Destination FAR 52.249-8, Default (Fixed-Price Supply and Service) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252-211-7003, Item Identification and Valuation DFARS 252.216-7006, Ordering DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. BRAND NAME 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 www.sam.gov. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/578a42a347d1bda257e883403a9c4f7c)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04066931-W 20160401/160330234337-578a42a347d1bda257e883403a9c4f7c (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.