Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
MODIFICATION

58 -- Raider Hall A/V

Notice Date
3/6/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
2010 Henderson Road, Quantico, VA 22134
 
ZIP Code
22134
 
Solicitation Number
M30300
 
Response Due
3/17/2017
 
Archive Date
9/13/2017
 
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 M30300 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 423410 with a small business size standard of 100.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-03-17 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Quantico, VA 22134 The USMC - Quantico requires the following items, Meet or Exceed, to the following: LI 001: Touch screen Crestron TSW-1060, 1, EA; LI 002: Crestron DMPS3-300-C presentation control and signal routing video switcher, 1, EA; LI 003: Speakers Extron SI 28 with 8 inch woofer, 1, EA; LI 004: 1 projector Christie LWU701i-D 3LCD projector, 1, EA; LI 005: Podium Exact furniture PM-500, 1, EA; LI 006: Samsung LS22E310HS/ZA monitor, 1, EA; LI 007: HD document camera Elmo P10HD Visual Presenter, 1, EA; LI 008: Blu Ray player DBT-3313UDCI, 1, EA; LI 009: Crestron AMP-2210S 2x210W Commercial Power Amplifier, 4/8Ω, 1, EA; LI 010: Warranty, 1, EA; LI 011: Installation, 1, 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, USMC - Quantico 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. USMC - Quantico 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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/. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined necessary by the Contracting Officer. The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the program. Technical acceptability will be evaluated on all quotes. Only those quotes determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. Then, price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluated price and technical acceptability. Award will be made to the lowest evaluated priced quote meeting the acceptability standards for the non-priced factors. TECHNICAL EVALUATION STANDARD: The contractor shall address the following two factors: 1. Factor 1 Technical Capability Offeror shall clearly demonstrate its approach to technical ability to meet the requirements of CLIN/Line Items based on meeting the requirements of the Request for Quote, quantity, quality and timeliness of delivery. 2. Factor 2 Price The offeror shall complete CLIN pricing. In addition to the completed CLIN pricing, the offeror shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the offerors prices. DISCUSSIONS: If during the evaluation period it is determined to be in the best interest of the Government to hold discussions, Offeror responses to clarifications/discussion notices will be considered in making the source selection decision. The award decisions will be made as follows: (1) Step One Determine Technical Acceptability. The technical evaluation, Factor 1, stated above, will assess the offerors capability to satisfy the Government s requirement. The Government will evaluate all technical capability quotes received by the required date/time. The Technical Capability factor will receive a rating of acceptable and unacceptable. If any factor is rated unacceptable , the entire quote is rendered technically unacceptable, and the quote will be removed from the competitive range. Only quotes deemed technically acceptable (either initially or as the result of discussions) will be considered for award. The ratings are defined in the following table. Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Only those quotes determined acceptable, either initially or as a result of discussion will be considered for award. Once deemed acceptable, all technical quotes are considered to be equal. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Quotes with an unacceptable rating will not be considered for award. Table A-1 (2) Step Two Evaluate Price. The offeror s Price quote will be evaluated, for award purposes, based upon the total price proposed as annotated under Factor 2 Price. (3) Step Three Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror s quote to the terms and conditions of the solicitation. DISCLAIMER: This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror s submission of a quote constitute a contract or authorize the individual or company to being work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5cb794dd96ea22243d1dcab7cde330da)
 
Place of Performance
Address: Quantico, VA 22134
Zip Code: 22134
 
Record
SN04425123-W 20170308/170306235324-5cb794dd96ea22243d1dcab7cde330da (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.