Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOLICITATION NOTICE

59 -- Sound Bar

Notice Date
5/3/2016
 
Notice Type
Presolicitation
 
Contracting Office
199 6th Ave Ste 256, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
W9124D-16-Q-5486
 
Response Due
5/6/2016
 
Archive Date
11/2/2016
 
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
Bids are being solicited under solicitation number W9124D-16-Q-5486. 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. 790442_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. 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 2016-05-06 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The MICC Fort Knox requires the following items, Brand Name or Equal, to the following: LI 001: SAME AS OR EQUAL TO SOUND BAR, BLACK, DIMENSIONS 27.5X3X2.5 - 39X8.2X7.5, 80 WATTS TOTAL POWER OUTPUT NO EXTERNAL SUBWOOFER, MUST BE BUILT IN (DUAL BUILT-IN 3" PREFERRED. DIGITAL OPTICAL, 3.5MM AUXILIARY, IPHONE COMPABILITY, REMOTE, 110V & 220V (DUE TO USE OCONUSE) COLOR BLACK, 95DB (MIN). DELIVERY DATE NLT 25 MAY 16. SHIPPED TO VARIOUS LOCATIONS, SEE ATTACHED DELIVERY ADDRESSES 0001, 1171, EA; LI 002: SAME AS OR EQUAL TO SOUND BAR, BLACK, DIMENSIONS 27.5X3X2.5 - 39X8.2X7.5, 80 WATTS TOTAL POWER OUTPUT NO EXTERNAL SUBWOOFER, MUST BE BUILT IN (DUAL BUILT-IN 3" PREFERRED. DIGITAL OPTICAL, 3.5MM AUXILIARY, IPHONE COMPABILITY, REMOTE, 110V & 220V (DUE TO USE OCONUSE) COLOR BLACK, 95DB (MIN). DELIVERY DATE NLT 25 MAY 16. SHIPPED TO VARIOUS LOCATIONS, SEE ATTACHED DELIVERY ADDRESSES 0002, 175, 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, 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. A Seller 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 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. New equipment ONLY. NO remanufactured or used products. NO "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination - Various locations Shipping will be to various locations listed in instructions. No partial shipments unless otherwise specified. 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. See 52.204-7 Deviation included herein for information and instructions. 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 Delivery: NLT 25 May 2016. 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 following FAR Provisions are applicable: 52.219-6, Notice of SB Set Aside 52.211-6, Brand name or equal The full text of a FAR Clause may be accessed electronically at http://farsite.hill.af.mil. The following DFARS Provisions are applicable: 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.209-7991, Tax Liability 252.225-7000 Buy American Statute - Balance of Payment Programs Certificate The following DFARS clauses are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252-203-7002, Requirement to Inform Employees of Whistleblower Rights 252-204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Awards Management 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources for Subcontractors 252.225-7001 Buy American & Balance of payment program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontract for Commercial Items 252-247-7023, Transportation of Supplies by Sea 252.232-7006 Wide Area Work Flow Payment 252.211-7003 Item Identification and Valuation(JUN 2005). The full text of DFARS clauses may be accessed electronically at http://farsite.hill.af.mil 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 The Buy American Certificate, 252.225-7000, when attached, must be completed and emailed to clientservices@fedbid.com, or Charlene.e.graham2.civ@mail.mil. In accordance with FAR 252.209-7991. Tax Liability Certification when attached, must be completed and upload with the quote before the end of this solicitation. Digital copies of the certificate may be emailed to clientservices@fedbid.com or charlene.e.graham2.civ@mail.mil If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to 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 20 working 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. All other agency-level protests should be sent to the contracting officer for resolution. 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 e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil Packages sent by FedEx or UPS should be addressed to: 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 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/addb70ed8d4183cc24d32beadbb9d61b)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN04103258-W 20160505/160503234540-addb70ed8d4183cc24d32beadbb9d61b (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.