Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2012 FBO #3844
MODIFICATION

13 -- Star Mines

Notice Date
6/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
325920 — Explosives Manufacturing
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
SAQMMA12Q0148
 
Archive Date
6/7/2012
 
Point of Contact
Anil N. Nayak, Phone: 703-875-6843, Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
nayakan@state.gov, SanchezVJ@state.gov
(nayakan@state.gov, SanchezVJ@state.gov)
 
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 SAQMMA12Q0148 and is issued as a Request For Quote, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 325920 with a small business size standard of 750 employees. This requirement is restricted and only qualified offerors may submit quotes. THIS IS AN ALL OR NOTHING QUOTE. PARTIAL OR INCOMPLETE OFFERS WILL NOT BE ACCEPTED OR CONSIDERED. The Department of State requires the following items, Brand Name or Equal, to the following: Star Mine (Qty: 3,000) A quote for quantity of 3,000 star mines is required for the base year and four subsequent option years. Quotes should include the grand total price for 5 years (15,000 star mines) and a break down of each year. Quote should include unit cost and total cost for the base and subsequent option years. Offers that do not provide full quotes identifying base and optional years will not be considered. Quantity Unit Cost Total Base Year 3,000 Option Yr 1 3,000 Option Yr 2 3,000 Option Yr 3 3,000 Option Yr 4 3,000 GRAND TOTAL: Specification: must shoot red stars and have the dimensions of a 70 mm by 150 mm mine. The mine must fall within the range of a 130' minimum lift height and 180' maximum lift height. The star mine must be electric match-fired and have a maximum 12 ft lead. --Markings on how to package items will be identified in the award.-- ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) no later than the closing date and time for this solicitation. Anyone other than the manufacturer, offering a name-brand manufactured product, must provide proof (letter from manufacturer or URL to manufacturer's specific web page confirming authorization as a reseller) that they are an authorized distributor. An evaluation will be conducted based on best value, where delivery schedule offered, technical compliance as defined by staying as close to the listed requirements as identified, and past performance are more important than price. All unit rates should include all costs including shipping to Dunn Loring, VA 22027. *****This solicitation requires registration with the Central Contractor Registry (CCR) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov.***** All Quotes must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. 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. FAR 52.212-2, Evaluation-Commercial Items, 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, 52.217-5, 52.217-6, 52.217-8, 52.217.9, Contract Terms and Conditions Required To Implement Statutes or 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. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12Q0148/listing.html)
 
Place of Performance
Address: DC Metro, Maryland, Virginia Area, Dunn Loring, Virginia, 22027, United States
Zip Code: 22027
 
Record
SN02764154-W 20120603/120601235854-094aaa7d807eb8f8f00b2c7e015a4896 (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.