Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 16, 2013 FBO #4222
MODIFICATION

58 -- Video and Sound Equipment

Notice Date
6/14/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
1792 12T STREET, FORT RILEY, KS 66441
 
ZIP Code
66441
 
Solicitation Number
W911RX-13-T-AV999
 
Response Due
6/21/2013
 
Archive Date
12/18/2013
 
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 W911RX-13-T-AV999 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 FAC 2005-66. 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 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 2013-06-21 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT RILEY, KS 66442 The MICC Fort Riley requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: List of Equipment IAW with Design Plans and Specification Document, 1, LOT; LI 002: Delivery and Installation: Fort Riley Chapel Video and Sound System Phase 1., 1, JOB; LI 003: Delivery and Installation: Fort Riley Chapel Video and Sound System Phase 2., 1, JOB; 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 Riley 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. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Riley 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quote 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) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Vendor must be register with NAICS Code 334310, Audio and Video Equipment Manufacturing to be considered for award. Line Item 0001 - List of Equipment ? Equipment will be delivered and install as agreed between the vendor and the government as part of Line Item 0002 and Line Item 0003. Line Item 0002 - Phase 1 ? TBD at Site Visit ? Delivery and Installation will be coordinated with current contractor. All equipment for Phase 1 is to be installed before ceiling and walls are added to current building. Estimated timeframe is within 30 day to 45 day after award. Estimated timeframe is lat July 2013 to mid August 2013. Delivery address: 2560 Trooper Dr-Forsyth, Fort Riley, KS 66442. Line Item 0003 -Phase 2 - Target delivery date is pending on completion of new building. Estimated delivery with installation is September 20th, 2012 to October 20th, 2012. Delivery date may be adjusted, depending on completion of building. Delivery address: 2560 Trooper Dr-Forsyth, Fort Riley, KS 66442. 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 https://www.acquisition.gov/far/. The following solicitation is competed IAW FAR PART 13.5, Test Program for Certain Commercial Items. One (1) firm-fixed price purchase order will be awarded as a result of this solicitation. In addition to providing pricing, Vendor must include certain non-pricing information as document(s) attached to their quote, so they are received no later than the closing date and time of this RFQ. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Vendor?s failure to comply with these terms shall result in its quote being determined incomplete. The attachment(s) must include the following non-pricing information for evaluation: 1) Vendor must provide the government with a listing of equipment offered for Line Item 0001 in accordance with Equipment List Specification document and Design Plans provided by the government as part of this solicitation. Please refer to Equipment List Document. Vendor must present a line by line comparison of alternative items. Technical Evaluation will be performed on all alternate brand names. Alternate Brand Name will be evaluated against all listed required specifications provided by the government. Item meet all of the salient physical, functional, or performance characteristics specified by this solicitation to be consider technically acceptable. Vendor may submit quotes for alternate brand name items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Vendor MUST enter exactly what they are offering (including make, model and description) into the blank description field in order for the quote to be considered. The government will evaluate 'equal' items on the basis of information furnished by the Vendor or identified in the quote and reasonably available to the government. The government is not responsible for locating or obtaining any information not identified in the quote. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical capability of the item offered to meet the Government requirement, delivery, and past performance. All evaluation factors other than price, when combined, are equally important as price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3f81ae715a1593b317359fcc832b1ec5)
 
Place of Performance
Address: FORT RILEY, KS 66442
Zip Code: 66442
 
Record
SN03089952-W 20130616/130614234628-3f81ae715a1593b317359fcc832b1ec5 (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.