Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
MODIFICATION

N -- Final Bid - Emergency Intercom System

Notice Date
4/25/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
6650 Meloy Drive, Suite 250, Fort Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
BA20180409
 
Response Due
5/2/2018
 
Archive Date
10/29/2018
 
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
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 BA20180409 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 334290 with a small business size standard of 750.00 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 2018-05-02 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The MICC Fort Benning requires the following items, Meet or Exceed, to the following: LI 001: Emergency Intercom System, 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 Benning intends to document bids online to be facilitated by the third-party Marketplace, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. MICC Fort Benning 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 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 aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and 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, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 Item Identification and Valuation (JUN 2005); 252.246-7000 Material Inspection and receiving Report 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. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. In accordance with DFARS 252.232-7003, “Electronic Submission of Payment Requests and Receiving Reports ”, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under “about WAWF ”. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Submission of Offers in the English Language The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, considering price alone. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters; FAR 52.225-18, Place of Manufacture; FAR 52.225-25, Prohibition of Contracting with Entities Engaged in Certain Activities or Transactions Relating to Iran-Representation and Certifications; and FAR 52.233-2 Service of Protest. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following FAR clauses will apply: FAR 52.202-1, Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; 52.204-7, System for Award Management; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.211-5, Material Requirements; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; 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; FAR 52.216-24, Limitation of Government Liability; FAR 52.216-25, Contract Definitization; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-40, Notification of Employee Rights under the NLRA; FAR 52.222-50 Combating Trafficking in Persons Alt I; FAR 52.222-54, Employment Eligibility Verification; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.229-59, Compliance with Labor Laws; FAR 52.222-60 Paycheck Transparency; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Contractors; FAR 52.233-2, Service of Protest; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-11, Accepting and Dispensing of $1 Coin; FAR 52.243-1; Changes - Fixed Price; and FAR 52.244-6, Subcontracts for Commercial Items; 52.252-2 Clauses Incorporated by Reference. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7009, Limitations on the Use of Disclosure of Third-Party Contractor Info; DFARS 252.204-7011, Alternative Line Item Structure; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Tech Info; DFARS 252.204-7015, Disclosure of Info to Litigation Spt Contractors; DFARS 252.215-7008 Only One Offer; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7006, Wide Area Workflow Payment Instructions; DFARS 252.211-7003, Item Identification and Valuation (JUN 2005); DFARS 252.246-7000 Material Inspection and Receiving Report; and DFARS 252.247-7023, Transportation of Supplies by Sea W/ Alt III. Pursuant to FAR Part 9, the Contracting Officer is required to make a determination regarding the responsibility of the proposed awardee. Following receipt of offers, the Contracting Officer or Specialist will send a form, designed to elicit financial information from an offeror's financial institution, to those offerors having a reasonable chance at receiving the award under this solicitation. You should forward that form to your financial institution and have the financial institution complete and send it directly to the Contract Specialist. For sections 2 and 4 on the document, the financial institution may answer with high, medium or low or they can answer with a numerical amount. The form must be returned to the MICC within three (3) business days. In the absence of this information, the Contracting Officer will have no choice except to find your company "not responsible," a finding which will make you ineligible for award. Award for All or None. The Government intends to award one (1) purchase order as a result of this solicitation. Offers received for less than the stated number of items listed in the solicitation will be considered ineligible for award. Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Effective 1 October 2014, all personnel requiring access to the installation shall possess either a Common Access Card (CAC), Military ID or Individual temporary pass issued by the Fort Benning Directorate of Emergency Services (DES) pursuant to Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Un-cleared Contractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd11073ece1859d7e72074f01356a168)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04901283-W 20180427/180425231044-fd11073ece1859d7e72074f01356a168 (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.