Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
MODIFICATION

63 -- Closed Circuit Television and Access Control and Duress Alarm Equipment

Notice Date
3/14/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
199 6th Ave, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
W9124D-18-Q-6067
 
Response Due
4/5/2018
 
Archive Date
10/2/2018
 
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
Woman Owned 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 W9124D-18-Q-6067 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 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 561621 with a small business size standard of $20.50M. This requirement is an [ Women-Owned 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 2018-04-05 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The MICC Fort Knox requires the following items, Meet or Exceed, to the following: LI 001: Purchase and Installation of CCTV, Access Control Security for San Antonio, TX MEPS IAW attached PWS, 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, 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. An Offeror 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 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. 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. 52.204-7System for Award Management 52.204-16Commercial and Government Entity Code Reporting 52.212-1Instructions to Offerors 52.212-3 (ALT I)Reps & Certs 52.252-1Provisions by Reference 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.213-7000Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations 52.204-13System for Award Management Maintenance 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. 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. 52.204-18Commercial and Government Entity Code Maintenance 52.204-19Incorporation by Reference of Representations and Certifications 52.209-10Prohibition on Contracting with Inverted Domestic Corporations 52.212-4Contract Terms & Conditions 52.219-6Total SB Set-Aside 52.222-41Service Contract Act of 1965, as Amended 52.222-42Statement of Equivalent Rates for Federal Hires 52.232-1Payments 52.232-8Discounts for Prompt Payment 52.232-39Unenforceability of Unauthorized Obligations 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.237-2Protection of Government Buildings, Equipment and Vegetation 52.252-2Clauses by Reference 52.203-6Restrictions on Subcontractor Sales to the Government, with Alternate I 52.203-13Contractor Code of Business Ethics and Conduct 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6Notice of Total Small Business Set-Aside Alternate I 52.219-8Utilization of Small Business Concerns 52.219-14Limitations on Subcontracting 52.219-30Notice of Set-Aside or sole source award to Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program.(WOSB) 52.222-19Child Labor--Cooperation with Authorities and Remedies 52.222-21Prohibition of Segregated Facilities 52.222-26Equal Opportunity 52.222-35Equal Opportunity for Veterans 52.222-36Affirmative Action for Workers with Disabilities 52.222-40Notification of Employee Rights Under the National Labor Relations Act 52.222-50Combating Trafficking in Persons 52.223-15Energy Efficiency in Energy-Consuming Products 52.223-18Encouraging Contractor Policies to Ban Text Messaging while Driving 52.224-3Privacy Training 52.225-13Restrictions on Certain Foreign Purchases 52.232-33Payment by EFT--SAM 52.222-62Paid Sick Leave Under Executive Order 13706 New equipment ONLY, NO remanufactured or used products. No "GREY" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified at time of order 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. If the lowest offeror withdraws their bid, the award will be made to the next low offeror who is responsive and responsible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1cd8c064af548cbe887eea8b86cca1e9)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04854123-W 20180316/180314231245-1cd8c064af548cbe887eea8b86cca1e9 (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.