Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2019 FBO #6514
SOLICITATION NOTICE

58 -- Intercom System

Notice Date
9/24/2019
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
10 Yorktown Ave, NAS Jacksonville, FL 32212
 
ZIP Code
32212
 
Solicitation Number
N6883619Q0396
 
Response Due
9/26/2019
 
Archive Date
3/24/2020
 
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
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 N6883619Q0396 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 2019-06. 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 quotes. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-09-26 14:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be VIRGINIA BEACH, VA 23461 The FLC - Jacksonville requires the following items, Brand Name or Equal, to the following: LI 001: CLIN 0001, Communication System. Brand Name or equal (product Clear-Com MS-702): Delivered thirty (30) days after award., 1, EA; LI 002: CLIN 0002, Remote Speaker Station. Brand Name or equal (product Clear-Com KB-702): Delivered thirty (30) days after award., 30, EA; LI 003: CLIN 0003, Portable Wedge-Shaped Enclosure. Brand Name or equal (product Clear-Com V-BOX): Delivered thirty (30) days after award., 30, EA; LI 004: CLIN 0004, Telephone Style Handset. Brand Name or equal (product Clear-Com HS-6): Delivered thirty (30) days after award., 25, EA; LI 005: CLIN 0005, Single On Ear Headset. Brand Name or equal (product Clear-Com CC-110): Delivered thirty (30) days after award., 5, EA; Solicitation and Buy Attachments ***Question Submission: Interested Offerers 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, FLC - Jacksonville 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Jacksonville 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 quotes. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a quote on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith quotes, 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 Offerers 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. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.204-7 System For Award Management; 52.204-13 System For Award Management Maintenance; 52.204-16 Commercial and Government Entity Code Reporting; 52.204-18 Commercial and Government Entity Code Maintenance; 52.204-24 Representation Regarding Certain TelCom & Video Surveillance Svcs or Equipment; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-4 Contract Terms And Conditions -- Commercial Items; 52.232-39 Unenforceability Of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.247-34 F.o.b. destination; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.204-7015 Disclosure Of Information To Litigation Support Contractors; 252.209-7002 Disclosure of Ownership or Control by a Foreign Government; 252.211-7003, Item Unique Identification and Valuation; 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.239-7017 Notice of Supply Chain Risk; 252.239-7018 Supply Chain Risk; 252.243-7001 Pricing Of Contract Modifications; 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts); 252.247-7023 Transportation Of Supplies By Sea. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein in full text (see attachment): SUPTXT243-9400(1-92) Authorized Changes Only By The Contracting Officer; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders ”Commercial Items; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.232-7006 Wide Area Workflow Payment Instructions This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm 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. No partial shipments are permitted unless specifically authorized at the time of award. The Offeror must be actively registered in the NAICS code of 334290 at the time of closing to be considered for award of any resulting contract. Failure to be properly registered at the time and date of closing will render the quote non-responsive. The selected Offeror shall arrange for delivery of an intercom system with the Government within thirty (30) days after contract award. The Offeror shall provide authorized reseller certification of any brand name intercom system if they are not the manufacturer of the offered intercom system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cba3b0bfbaddb8963b5680f5b3c87460)
 
Place of Performance
Address: VIRGINIA BEACH, VA 23461
Zip Code: 23461-2099
 
Record
SN05457549-W 20190926/190924231641-cba3b0bfbaddb8963b5680f5b3c87460 (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.