Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
MODIFICATION

23 -- OPTION - Tactical Police Bicycles

Notice Date
9/12/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
2401 E Street, Washington, DC 20037
 
ZIP Code
20037
 
Solicitation Number
MCPRFQ23
 
Response Due
9/22/2017
 
Archive Date
3/21/2018
 
Point of Contact
Name: Marisa Perez, Title: Contract Specialist, Phone: 2027369156, Fax:
 
E-Mail Address
perezmc2@state.gov;
 
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 MCPRFQ23 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 336991 with a small business size standard of 500.00 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 2017-09-22 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The INL Support requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 09/07/2017 - 11/06/2017 LI 001: Tactical Police Bicycle (Brand Name or Equal) See "Appendix A" in Statement of Work, 40, EA; LI 002: Bicycle Front Light (Brand Name or Equal) See "Appendix A" in Statement of Work, 40, EA; LI 003: Bicycle Rear Light (Brand Name or Equal) See "Appendix A" in Statement of Work, 40, EA; LI 004: Advanced Bicycle Mechanic Tool Kit(Brand Name or Equal) See "Appendix A" in Statement of Work, 2, EA; LI 005: Coil Cable Lock (Brand Name or Equal) See "Appendix A" in Statement of Work, 40, EA; LI 006: Bicycle Repair Stand (Brand Name or Equal) See "Appendix A" in Statement of Work, 3, EA; LI 007: Shipping and Handling- Delivery shall be 60 days ARO See "Appendix B" in Statement of Work, 1, LT; Option 1 Period of Performance: 11/06/2017 - 11/05/2018 LI 001: Tactical Police Bicycle (Brand Name or Equal) See "Appendix A" in Statement of Work, 40, EA; LI 002: Bicycle Front Light (Brand Name or Equal) See "Appendix A" in Statement of Work, 40, EA; LI 003: Bicycle Rear Light (Brand Name or Equal) See "Appendix A" in Statement of Work, 40, EA; LI 004: Advanced Bicycle Mechanic Tool Kit(Brand Name or Equal) See "Appendix A" in Statement of Work, 2, EA; LI 005: Coil Cable Lock (Brand Name or Equal) See "Appendix A" in Statement of Work, 40, EA; LI 006: Bicycle Repair Stand (Brand Name or Equal) See "Appendix A" in Statement of Work, 3, EA; LI 007: Shipping and Handling- Delivery shall be 60 days ARO See "Appendix B" in Statement of Work, 1, LT; 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, INL Support 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. INL Support 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. 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 90 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. Shipping must be free on board (FOB) destination OCONUS (Outside 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. 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/ New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM-WWD-INL/MCPRFQ23/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04672708-W 20170914/170912231804-44c89c47b33742c5d4762654bcce6e28 (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  © 1994-2020, Loren Data Corp.