Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
MODIFICATION

U -- VMWD Role Player Support

Notice Date
6/6/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
2825 West Dublin Granville Rd., Columbus, OH 43235
 
ZIP Code
43235
 
Solicitation Number
W90N0M0860368
 
Response Due
6/10/2016
 
Archive Date
12/7/2016
 
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
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 W90N0M0860368 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 2005-88. The associated North American Industrial Classification System (NAICS) code for this procurement is 561320 with a small business size standard of $27.50M.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 2016-06-10 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The National Guard - Ohio requires the following items, Meet or Exceed, to the following: LI 001: 10 mannequins with water proof laminated injury cards, 15 displaced civilian role players and 25 casualty role players 19-21 July 2016 to support Homeland Response Force OH- TF CBRN (DECON)and CASE elements. Requirements and performance standards IAW attached PWS and Annex A., 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, National Guard - Ohio 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. National Guard - Ohio 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 "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. 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. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following clauses apply to this solicitation FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-16,Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAE 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates of Federal Hires FAR 52.222-55, Minimum Wages under Executive Order 13658 FAR 52.223-5, Pollution Prevention and Right to know information FAR 52.223-18, Encoraging Contractor Policy to Ban Text Messaging While Driving FAR 52. 232-33, Payment by Electronic Funds Transfer- System for Award Managment FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses incorporated by Reference- farsite.hill.af.mil DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFAR 252.203-7005, Representation Relating to Compensation of Former DOD Officials DFAR 252.203-7996 DEV, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation DEV DFAR 252.203-7008, Compliance with Safeguarding Covered Defense Information Controls DFAR 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information DFAR 252.204-7015, Disclosure of Information to Litigation Support Contractors DFAR 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFAR 252.225-7000, Buy American-Balance of Payment Program Certificate DFAR 252.225-7001, Buy American and Balance of Payments Program DFAR 252.225-7031, Secondary Arab Boycott of Israel DFAR 252.232-7010, Levies on Contract Payments DFAR 252.225-7048, Export-Controlled Items DFAR 252.237-7010, Prohibition on the Interrigation of Detainees by Contractor Personnel DFAR 252.244-7000, Subcontracts for Commercial Items FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de24603791aa1ec07073ce1639c6b656)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04139523-W 20160608/160606234509-de24603791aa1ec07073ce1639c6b656 (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.