SOLICITATION NOTICE
59 -- PASS DEVICES
- Notice Date
- 5/24/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- 1001 761st Tank Battalion Avenue, Room W113, Fort Hood, TX 76544
- ZIP Code
- 76544
- Solicitation Number
- W45CMJ63551700.
- Response Due
- 6/5/2007
- Archive Date
- 12/2/2007
- Small Business Set-Aside
- N/A
- Description
- Bids are being solicited under solicitation number W45CMJ63551700.. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 40906_01. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the seller's name or the seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-06-05 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544 The USA ACA Fort Hood requires the following items, Brand Name or Equal, to the following: LI 001, LCD COMMAND BASE FOR T PASS 3 SYSTEM. FFP NSN/Mfr Part #:T3 LCD MFR:GRACE INDUSTRIES, INC. 18L X 13W (IN), Two-way signaling Command Base Receiver for the T PASS 3 Evacuate System. Capable of processing identities or assignments for up to 1,104 individuals. The T3 Evacuate System provides immediate notification, by name or assignment, of personnel in distress. The T3 Command Base can also transmit Evacuate signals to individuals, groups, or all personnel at an incident. Evacuate signals are acknowledged automatically by the T PASS 3 device, and manually by the wearer. Effective system range is up to one-half mile in urban environments, 2, EA; LI 002, T PASS 3 MAN DOWN ALARM MOTION & TEMP. FFP. NSN/Mfr Part #:TP3-H MFR: Grace Industries. 2-Way Signaling Personal Alert Safety System (PASS) device (Motion & Temperature Sensing). The T PASS 3 offers a lack of motion detection function that will go into the ALARM mode if the wearer is injured or incapacitated and ceases movement. Distress signal and audible alarm may be manually activated by pressing the CALL FOR HELP button. The T PASS 3 H also employs a time/temperature curve to alert the wearer that he or she is in a thermally dangerous environment. The T PASS 3 transmits distress notification to T3 LCD Command Base Receiver. Device is also capable of receiving an Evacuate or Call-Back signal from the Command Base Receiver. Unit has a range of up to 1/2 mile in urban settings, and meets or exceeds all requirements of NFPA Standard 1982 (1998 Edition). , 110, EA; LI 003, T PASS 3, MAN DOWN ALARM MOTION & TEMP. FFP. NSN/Mfr Part #:T3 MICRO MFR:GRACE INDUSTRIES, INC.. 1.5L X 2W (IN), Battery powered, portable signal repeater for repeating the 2-Way signals of the T PASS 3 personnel accountability system. , 5, EA; For this solicitation, USA ACA Fort Hood 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Hood is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission, FOB Destination CONUS (CONtinental U.S.)Sellers shall offer the best delivery times ARO. 52.000-4057 ELECTRONIC FUNDS TRANSFER (EFT) PAYMENT 1. When payment will be accomplished by electronic funds transfer, in accordance with FAR 52.232-33, the Contractor shall render original invoice and three (3) copies to the address contained in the Payment Will Be Made by Block on Page 1 of the order/contract. Or follow the procedures for electronic invoicing in accordance with Wide Area Workflow (WAWF) (POC is Electronic Business Operational Support Team 866-618-5988). To inquire whether DFAS has made a payment, you can check out the DFAS Web Page at http://www.dfas.mil/money/vendor/ (scroll down and select ?query by contract number? and then type in your contract/order number to check on a payment. 2. MINIMUM INVOICE REQUIREMENTS FAR 52.232-25, Prompt Payment Act, requires the following information, as a minimum, for an invoice to be considered acceptable. (i) Name and address of the Contractor. (ii) Invoice number. (All invoices must contain an invoice number.) (iii) Invoice date. (The Contractor is encouraged to date invoices as close as possible to the date of the mailing or transmission.) (iv) Contract number or other authorization for supplies delivered or services performed (including order number and contract line item number). (v) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. (vi) Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms). Bill of lading number and weight of shipment will be shown for shipments on Government bills of lading. If freight/shipping costs have been separately proposed and appear as a separate line item on this order or contract, only one (1) payment can be made against that line item. Multiple payments against this line item will not be made. Therefore, such charges shall be consolidated and billed in one consolidated invoice. The invoice shall include supporting documentation for the total amounts billed. (vii) Name and address of Contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment). (viii) Name (where practicable), title, phone number, and mailing address of person to be notified in the event of a defective invoice. (ix) Any other information or documentation required by the contract (such as evidence of shipment). (x) While not required, the Contractor is strongly encouraged to assign an identification number to each invoice. 3. PAYMENT PROBLEMS If payment problems persist after contacting the appropriate number above, you may contact your administrator by visiting our website http://ccmd.hood.army.mil. After you have entered our website click on Active Contracts, find your contract/order number, then click on the words Contract Administrator. Clicking on the words will bring up the email request form. Please note that the required fields on the email request must be filled-in. Type in your question, hit the send button and your message will be forwarded to the administrator assigned to your contract/order. Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov 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.acqnet.gov/far. 252.212-7001 is incorporated with 252.225-7001 and 252.232-7003 applicable. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2006) CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration JUL 2006 52.212-1 Instructions to Offerors--Commercial Items SEP 2006 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 252.232-7010 Levies on Contract Payments DEC 2006 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2007) 52.000-4058 ALTERNATIVE DISPUTE RESOLUTION (ADR) NOTICE In furtherance of Federal policy and the Alternative Dispute Resolution Act of 1990, ADR Act, Pub. L. 101-552, the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of the parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable in accordance with the authority and the requirements of the ADR Act. 52.000-4087 ADMINISTRATIVE CONTRACTING OFFICE After award, the Administrative Contracting Office for this acquisition will be: Army Contracting Agency Southern Region (ACASR), Fort Hood Contracting Command Contract Administration Division Building 1001, 761st Tank Battalion Fort Hood, TX 76544-5059 Phone: (254) 287-3504 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2006)
- Web Link
-
www.fedbid.com (b-40906_01, n-6019)
(http://www.fedbid.com)
- Place of Performance
- Address: Fort Hood, TX 76544
- Zip Code: 76544-5025
- Country: US
- Zip Code: 76544-5025
- Record
- SN01302606-W 20070526/070524221224 (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 |