Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
MODIFICATION

58 -- OPTION - Audio Visual System Equipment and Maintenance

Notice Date
9/10/2019
 
Notice Type
Modification/Amendment
 
Contracting Office
250 E St SW, Washington, DC 20525
 
ZIP Code
20525
 
Solicitation Number
95332A-19-Q-0037A
 
Response Due
9/13/2019
 
Archive Date
3/11/2020
 
Point of Contact
Name: La Sonya Doleman, Title: Sr. Acquisition Specialist, Phone: 2026066746, Fax:
 
E-Mail Address
LDoleman@cns.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 95332A-19-Q-0037A 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 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-09-13 16:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be McClellan, CA 95652 The Corporation for National Service requires the following items, Brand Name Only (Exact Match), to the following: Base Period of Performance: 09/30/2019 - 09/29/2020 LI 001: Parts & Equipment: Control panel, speakers, projectors, switches, Sharelink device, Blu Ray Player, power conditioners, surge protectors, wires, & cables, 1, EA; LI 002: Installation/Labor, 1, EA; LI 003: Freight/Shipping, 1, EA; LI 004: 1 year warranty, 1, EA; Option 1 Period of Performance: 09/30/2020 - 09/29/2021 LI 001: Extended Warranty/Scheduled Maintenance Agreement (add-on Annually), 1, YR; Option 2 Period of Performance: 09/30/2021 - 09/29/2022 LI 001: Extended Warranty/Scheduled Maintenance Agreement (add-on Annually), 1, YR; Option 3 Period of Performance: 09/30/2022 - 09/29/2023 LI 001: Extended Warranty/Scheduled Maintenance Agreement (add-on Annually), 1, YR; Option 4 Period of Performance: 09/30/2023 - 09/29/2024 LI 001: Extended Warranty/Scheduled Maintenance Agreement (add-on Annually), 1, YR; 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Corporation for National Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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. Corporation for National Service 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace 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) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized 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 http://www.acqnet.gov/far. Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 contract Terms and Conditions “ Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/CNS/CFO/WashingtonDC/95332A-19-Q-0037A/listing.html)
 
Place of Performance
Address: McClellan, CA 95652
Zip Code: 95652
 
Record
SN05438281-W 20190912/190910231058-efa06328a226657f9bad1f097568c5b5 (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.