Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
MODIFICATION

62 -- ELECTRIC PARTS

Notice Date
8/30/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
8100 Islamabad Place, Washington, DC 20521
 
ZIP Code
20521
 
Solicitation Number
PR6640015
 
Response Due
9/6/2017
 
Archive Date
3/5/2018
 
Point of Contact
Name: Muhammad Abbasi, Title: Procurement Agent, Phone: +92512014646, Fax: 0092512822879
 
E-Mail Address
abbasims@state.gov;
 
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 PR6640015 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 335110 with a small business size standard of 1,000.00 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 2017-09-06 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be North Brunswick, NJ 08902 The U.S. Embassy Islamabad, Pakistan requires the following items, Brand Name Only (Exact Match), to the following: LI 001: Philips 8.5W 4 Pin Horizontal 4000K G24q LED Bulb, Uses Existing Ballast SKU: 458398 Ordering Code: 8.5PL-C/T LED/26H-4000 IF 4P UPC: 046677458393 Description: Philips horizontal mounted PL LED lamp is a plug 'n play LED replacement for CFL downlights with a 4-pin G24q or GX24q socket. No need to rewire any ballasts, just unplug the old bulb and plug in the new for greater light output and a much longer bulb life cycle. These bulbs are likely to be found in retail stores, fitness clubs, nursing homes, etc. where the cool white color will illuminate areas for safety and provide a neat and clean feel. Compatible with most Philips Advance instant-start ballasts and some General Electric, Universal, Osram Sylvania and Howard Industries ballasts. Direct replacement for many 18, 26, 32 and 42 watt CFL applications. Includes a rotatable end cap to ensure the light is correctly aimed Non-Dimmable. Do not use with dimming ballasts Perfect for applications with frequent "on/off" switching cycles, and buildings that desire to be mercury free Instant on, no flicker or buzz Emits virtually no UV rays or IR No outter packaging for less than 10 pieces Brand: Philips Lighting Product Line: InstantFit Energy Used:8.5 Watts Volts:100-277/347 Base:G24q Bulb Shape:Twin Tube Alt Bulb Color:Cool White CRI:80 Color Temperature (Kelvin):4000 Brightness (Lumens):900 Bulb Finish:Opaque Bulb Technology:LED Average Rated Life (hr):40000 Operating Temperature ( F):-4 to 113 Beam Angle ( ):120 Length (in):6.4 Width (in):1.3 Warranty:5 year limited Damp Location:Yes Ballast Compatible:Yes, 100, EA; LI 002: Philips Bodine B50LP Low Profile Linear Fluorescent Emergency Ballast For 1-2 Lamps, 17-215 Watts, 750-1300 Lumens SKU: B50LP Ordering Code: B50LP UPC: 781087072899 Description: Philips Bodine B50LP low profile fluorescent emergency ballast works in conjunction with aa low-profile or standard AC ballast to convert new or existing fluorescent fixtures into emergency lighting. The emergency ballast consists of a nickel-cadmium battery, charger and electronic circuitry in one case. When AC power fails, the B50LP immediately switches to the emergency mode, operating either one or two lamps at a reduced lumen output for a minimum of 90 minutes. When AC power is restored, the emergency ballast automatically returns to the charging mode and delays AC ballast operation for approximately three seconds to prevent false tripping of the AC ballast end-of-lamp life shutdown circuits. Can be used with most 17-215 watt, 2'-8' T8, T9, T10 or T12 fluorescent lamps without integral starters, including Ubent, HO, VHO, circline and energy saving fluorescent lamps. Also compatible with most one, two, three and four lamp electronic, standard, energy saving and dimming AC ballasts. Can be used with either switched or unswitched fixtures Produces 750-1300 lumens of initial emergency light output, depending on the number of lamps (one or two), wattage and type of lamps Suitable for indoor and damp locations and for sealed and gasketed fixtures, including fixtures rated for wet locations Battery: High temperature maintenance free Nickel-Cadmium 7-10 year life expectancy Recharge time - 24 hours Ambient temperature - 32 F - 122 F Test switch - Single pole AC input current - 200mA Illumination time - 90 minutes B50LP Lamp Compatibility: 1-2 lamp 17-40 watt, 2'-4', T8, T9, T10 and T12, single or bipin base 1 lamp 17-215 watt, 2'-8', T8, T9, T10 and T12 single or bipin base Brand: Bodine Input Volts:120/277 Initial Lumen Output:1300 Number of Lamps:1/2 Ballast Type:Electronic Length (in):21.5 Width (in):1.2 Height (in):1.2 Lamps by Wattage: 117-1215, 2x17W-40W Warranty: 5 year limited Ballast Lamp Type:T8, T9, T10, T12 AC Input (Watts):4 Charging Current (Amps):180, 100, 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, U.S. Embassy Islamabad, Pakistan 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. U.S. Embassy Islamabad, Pakistan 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. If this is a Brand Name Only procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default program files directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been substantially transformed in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered substantially transformed based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f2d1ae8f64979a747a6ae965267984bd)
 
Place of Performance
Address: North Brunswick, NJ 08902
Zip Code: 08902
 
Record
SN04655110-W 20170901/170830232949-f2d1ae8f64979a747a6ae965267984bd (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.