Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2015 FBO #4990
SOLICITATION NOTICE

70 -- laptops, hardware, software, and misc supplies

Notice Date
7/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
UNIT 31401, BOX 77, APO, AE 09630
 
ZIP Code
09630
 
Solicitation Number
W56PFY-95
 
Response Due
7/27/2015
 
Archive Date
1/23/2016
 
Point of Contact
Name: MICHELLE SPENCE, Title: CONTRACTING OFFICER, Phone: 390444617918, Fax:
 
E-Mail Address
michelle.a.spence2.civ@mail.mil;
 
Small Business Set-Aside
N/A
 
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 W56PFY-95 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 2005-83. 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 unrestricted 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 2015-07-27 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Boeblingen, null 71032 The MICC Fort Bragg requires the following items, Meet or Exceed, to the following: LI 001: Laptop Specification Brand name or equal: http://www.dell.com/us/business/p/latitude-e5440-laptop/pd, 5, EA; LI 002: Toughbook Laptop Specification Brand name or Equal: http://www.panasonic.com/business/toughbook/semi-rugged-laptop-toughbook-52.asp, 10, EA; LI 003: Printer Color MFP X585dn Specification Brand name or Equal: https://www.gsaadvantage.gov/advantage/catalog/product_detail.do?gsin=11000034915166, 2, EA; LI 004: Projector, EX3220 SVGA 3LCD Specification Brand Name or Equal: https://www.gsaadvantage.gov/advantage/catalog/product_detail.do?gsin=11000034915166, 2, EA; LI 005: External Hard Drive, 1TB, Skillcraft Specification Brand Name or Equal: http://bscsales.com/documents/SKILCRAFTPortableHardDrives.pdf, 2, EA; LI 006: USB Flash Drive, 4GB, Validated Specification Brand Name or Equal: http://www.abilityone.com/OA_HTML/xxnib_ibeCCtpItmDspRte.jsp?section=14556&item=30074&sitex=10040:22372:US, 6, EA; LI 007: USB Flash Drive, 2GB, Encrypted Specification Brand Name or Equal: http://www.abilityone.com/OA_HTML/xxnib_ibeCCtpItmDspRte.jsp?section=14556&item=1830&sitex=10040:22372:US, 16, EA; LI 008: Smart Card Reader Specification Brand Name or Equal: https://www.ddicomputer.com/downloads/contracts/NSN/NSN0411.pdf, 8, EA; LI 009: Adobe Pro Shop, 2, EA; LI 010: Adobe Acrobat Pro, 2, EA; LI 011: Microsoft Windows 8.1 Pro - Full Ver, 2, EA; LI 012: MacAfee Total Protection 3 PC, 7, EA; LI 013: Microsoft Office Home 3 PC, 7, EA; LI 014: Acronis Snap Deploy for Workstns, 2, EA; LI 015: Satellite XT-DUAL GSM+A26:A50 band phone - Delivering GSM and satellite capabilities in a single phone is a phone that operates efficiently both within the reach of any GSM network and when connected to a satellite network - providing the highest flexibility to shift between available networks wherever you are. Specifications: http://www.thuraya.com/thuraya-xt-dual, 6, EA; LI 016: Satellite phone docking stations Sepcificatons: http://www.sattransusa.com/s-th-sd-xtd.html, 2, EA; LI 017: Binoculars that deliver advanced thermal imaging technology. Ideal for hunting, surveillance, reconnaissance and first response. The binoculars must offer greater scene detail with 320 x 240 resolution and features a video port for simultaneous recording. This device should be small enough to easily stow in your pocket and provides exceptional clarity, sharpness and overall image quality. Perfect for challenging weather conditions like dust, smoke or complete darkness. http://www.eotechinc.com/thermal-vision-devices/model-x320xp, 2, EA; LI 018: Camera Shock & Waterproof GPS Digital Camera with 16GB Card + Case + Battery + Float Strap + Accessory Kit https://www.gsaadvantage.gov/advantage/catalog/product_detail.do?gsin=11000038551228, 2, EA; LI 019: 7x28 Military Binocular w/M-24 reticle http://www.amazon.com/7x28-Apache-Military-Binocular-reticle/dp/B000KDVVI2/ref=sr_1_1?ie=UTF8&qid=1424681079&sr=8-1&keywords=Binoculars%2C+M24, 4, EA; LI 020: 65" Pro Carbon Fiber Tripod With Removable Ballhead Include Tripod Carrying Case For Digital Cameras & Camcorders https://www.gsaadvantage.gov/advantage/catalog/product_detail.do?gsin=11000019178818, 2, EA; LI 021: GPS hand held with Expanded Internal Memory 4GB DUAL BATTERY SYSTEM that can be used with 2 traditional AA batteries, or the optional rechargeable NiMH battery pack that can be charged while inside the device 16 hour battery life with Sunlight-Readable 2.6" color display https://www.gsaadvantage.gov/advantage/catalog/product_detail.do?gsin=11000009251941, 4, EA; LI 022: Radios walkie talkie portable Hand held Radio similar to Radius CP200, UHF (438-470 Mhz), 4CHannels, 4Watts Standard Charger (90 Min. Rapid Rate- WPLN4138_R) Standard Antenna (VHF Heliflex 146-174 MHz NAD6502_R / UHF Whip 403-520 MHz - NAE6483_R) 3" Belt Clip (HLN8255) User Guide CD with 2 Year Warranty http://www.motorolasolutions.com/US-EN/Business+Product+and+Services/Two-way+Radios/Analog+Business+Radios/Portable+Radios/CP200_US-EN, 4, EA; LI 023: Hand Held Radio batteries 7.5v 1800mAH High Capacity 1800mah http://www.motorolasolutions.com/US-EN/Business+Product+and+Services/Accessories/Two-Way+Radio+Accessories/Batteries/Standard/PMNN4458, 25, EA; LI 024: OEM stubby PMAE4003 UHF replacement antenna for works with CT250 CP150 CP200 CP200XLS PR400 HT750 HT1250 EX500 EX600 EX600XLS GP380 Radios walkie talkie portable radio 430-470 MHz http://www.motorolasolutions.com/US-EN/Business+Product+and+Services/Accessories/Two-Way+Radio+Accessories/Antennas+and+Antenna+Accessories/Portable+Radio+Antennas/NAE6522, 8, EA; LI 025: Earpiece, PTT, HMN 9754 http://www.motorolasolutions.com/US-EN/Business+Product+and+Services/Accessories/Two-Way+Radio+Accessories/Audio+Accessories/Surveillance+Accessories/HMN9754, 10, EA; LI 026: Camera, 720 x 480 DVR http://www.usa.canon.com/cusa/consumer/products/cameras/digital_cameras/powershot_sx700_hs, 5, EA; LI 027: Full HD 1080P Car Key Remote Spy Camera DVR w/ Motion Detection Night Vision http://www.amazon.com/Remote-Camera-Motion-Detection-Vision/dp/B00GQPE8WE/ref=sr_1_7?ie=UTF8&qid=1424680114&sr=8-7&keywords=car+key+camera, 5, EA; LI 028: Watch 720P IR Leather Belt Video Camera http://www.amazon.com/Professional-Videokamera-Resolution-Accessories-Investigator/dp/B00PYD3T24/ref=sr_1_33?ie=UTF8&qid=1424680486&sr=8-33&keywords=wrist+watch+camera, 5, EA; LI 029: Keychain Voice Recorder Small Audio Recording Device U400 (4gb + Cd Quality + 10hr Battery) http://www.amazon.com/Keychain-Recorder-Recording-Quality-Battery/dp/B00BHMZE9W/ref=sr_1_1?ie=UTF8&qid=1424680717&sr=8-1&keywords=Recorder+Voice%2C+Small+Audio+U400, 5, EA; LI 030: Ultra High Capacity (6000mAh) Backup Battery Solar Charger with Faster Charging Dual EcoPanel (2014 Model) http://www.amazon.com/Opteka-BP-SC8000-Capacity-Charging-EcoPanel/dp/B00E9AMWMG/ref=sr_1_1?ie=UTF8&qid=1424680791&sr=8-1&keywords=Opteka+BP-SC8000+Solar+Charger, 4, EA; LI 031: SuperEar Personal Sound Amplifier Model SE4000 Increases Hearing 50 Decibels As Seen In CMS Assisted Listening Device http://www.amazon.com/SuperEar-Amplifier-SE4000-Increases-Listening/dp/B000X2H8G4/ref=sr_1_1?ie=UTF8&qid=1424680884&sr=8-1&keywords=SuperEar+Personal+Sound+Amp, 4, EA; LI 032: HS Digital Camera (Black) http://www.amazon.com/Canon-PowerShot-SX700-Digital-Camera/dp/B00I58M26Y/ref=sr_1_1?ie=UTF8&qid=1424681002&sr=8-1&keywords=Power+Shot+SX+700HS, 2, EA; LI 033: Camera Color Day/Night WDR http://www.tserecon.com/images/Watec_233_13.7.29.pdf, 2, EA; LI 034: 2 Pin Power Cable 5 Ft. TSC-CAB-2-5 http://www.tserecon.com/2pinpowercables.html, 2, EA; LI 035: 2 Pin Power Cable 10 Ft. TSC-CAB-2-10 http://www.tserecon.com/2pinpowercables.html, 2, EA; LI 036: 3 Pin Power Cable 15 Ft. TSC-CAB-2-15 http://www.tserecon.com/2pinpowercables.html, 2, EA; LI 037: 75 OHM RG59 BNC-BNC Cable, 6 ft TSE-CAB-VID-BM-BM-6, 2, EA; LI 038: 76 OHM RG59 BNC-BNC Cable, 12 ft TSE-CAB-VID-BM-BM-12, 2, EA; LI 039: 77 OHM RG59 BNC-BNC Cable, 15 ft TSE-CAB-VID-BM-BM-15, 2, EA; LI 040: Battery Adapter, 1 Input/2 Output TSE-5590-1-2 http://www.tserecon.com/5590adapter12.html, 2, EA; LI 041: Battery Adapter, 1 Input/4 Output TSE-5590-1-4 http://www.tserecon.com/5590adapter14.html, 2, EA; LI 042: Battery Adapter, 3 Input/6 Output TSE-5590-3-6 http://www.tserecon.com/5590adapter36.html, 2, EA; LI 043: 12 Volt 2 Pin AC-DC Power Supply TSE-AC-DC-12-4 http://www.tserecon.com/acdc2pinpwrsup.html, 2, EA; LI 044: A/V Input Cable for PV 500 TSE-CAB-AV-PV500, 2, EA; LI 045: F5.0/50mm Varifocal Lens TSE-WAT-TG10Z0513FCS2, 8, EA; LI 046: 12.5-75mm F1.2 Manual Lens TSE-WAT-M6Z1212-3S, 8, EA; LI 047: Mini Stand TSE-WAT-MINI STAND, 8, EA; LI 048: ProCurve, Switch, 1410-16GJ9560ASABA https://www.gsaadvantage.gov/advantage/catalog/product_detail.do?gsin=11000034913258, 2, EA; LI 049: APC Back-UPS RS 800VA 230VBR8001 APC https://www.gsaadvantage.gov/advantage/catalog/product_detail.do?gsin=11000021932827, 5, EA; LI 050: Cabinet, Key, 60 capacity 0160-6 https://www.gsaadvantage.gov/advantage/catalog/product_detail.do?gsin=11000001033266, 1, EA; LI 051: Pelican Case, Laptop 1470 case http://www.pelican.com/cases_detail_mobile_military.php?Case=472-10-LAPTOP, 3, EA; LI 052: Filing Cabinet, Vertical 2 Drawer 212PL https://www.gsaadvantage.gov/advantage/catalog/product_detail.do?gsin=11000000943858, 1, EA; LI 053: Pelican Case 20.6" 16.9" X 8.1" Black http://www.amazon.com/Pelican-Products-Inc-Dimensions-Copolymer/dp/B00P9UQRK8/ref=sr_1_59?s=office-products&ie=UTF8&qid=1429706328&sr=1-59&keywords=pelican+case, 5, EA; LI 054: Pad Locks 120 Q 4 Pack http://www.amazon.com/Master-Lock-120Q-Keyed-Alike-Padlocks/dp/B00004Y8CQ/ref=sr_1_1?ie=UTF8&qid=1429707130&sr=8-1&keywords=pad+locks, 10, EA; LI 055: First Aid Kit, Individual (IFAK)6545-01-584-1582, 10, EA; LI 056: Combat Lifesave Bag (CLS)6545-01-532-3674, 4, EA; 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 Bragg 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 Bragg 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. Will be based on lowest price technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price. 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. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012). FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.202-1, 52.212-3, 52.204-7, 52.204-9, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.237-2, 252.201-7000, 252.203-7002, 252.204.7008, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following FAR clauses in 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (MAY 2012), will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.225-1, 52.232-33, 52.203-13, 52.222-40, 52.222-41, 52.222-51, 52.222-53, 52.222-54, 52.226-6. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.246-70000 Material Inspection and receiving Report, Alternate I (OCT 2011) of 252.225-7001, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission Shipping shall be priced separately. 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. No partial shipments unless otherwise specified at time of order. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hil.af.mil and/or http://www.acqnet.gov/far. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered; and are determined to be fair and reasonable. The following factors shall be used to evaluate offers: Price, Technical Capability, and Responsibility: Proposed quote will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor?s technical certifications to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to successfully perform the requirement. (a) If an item in this solicitation is identified as ??brand name or equal,?? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ??equal?? products must meet are specified in the solicitation. (b) To be considered for award, offers of ??equal?? products, including ??equal?? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ??equal?? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ??equal?? product, the offeror shall provide the brand name product referenced in the solicitation. The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, ?Insurance--Work on a Government Installation.? Workmen?s Compensation and Amount required by the State in which this Occupational Disease Insurance contract is performed KIND:AMOUNT: Employer?s Liability Insurance$100,000 Comprehensive General Liability$50,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability$200,000 per person $500,000 per occurrence for Bodily Injury and for Property Damage$20,000 per occurrence (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) 1. Quotations shall be submitted to Michelle Spence (michelle.a.spence2.civ@mail.mil)and Collis Doris collis.h.doris.mil@mail.mil. 2. The offeror(s) shall submit the following requirements IAW Para 1 above. a.Technical Approach. The contractor shall submit the technical specifications stated in Contract Line Item Number (CLIN). b.Price Schedule. c.Past Performance- Past performance information is required in accordance with FAR 13.106-2 (b)(3)(ii)(D) Any other reasonable basis: Below is the required information for past performance: From the closing date of this solicitation, furnish information indicated below for contracts in progress and the three (3) most recent government and commercial contracts offeror has performed during the past three (3) years of the same scope and similar dollar value as that contained in the solicitation. i.Contract Number ii.Contract Date iii.Contract Amount iv.Contracting Agency v.Project Officer & Phone # vi.Project Description Satisfactory or higher past performance rating on the government and commercial projects similar in nature, scope and dollar value to the subject solicitation during the past three (3) years will be considered as ?Acceptable Past Performance?. If the offeror is a new entrant to the business and/or no past performance data is available, the offeror shall indicate ?NEW ENTRANT? on the past performance proposal and the offeror will be considered to have a ?Neutral Rating.?. It will be considered to be ?Neutral?. The Government reserves the right to investigate the offeror?s past performances; not limited to the listed past performances on the Past Performance proposal. 3. Failure to submit the paragraph 2 above requirements shall be grounds for determining the offer technically unacceptable, and ineligible for contract award. 4. The terms ?Quotation? and ?Quoter? shall be substituted for ?Offer? and ?Offeror? in this solicitaiton. 5. Partial quotes are acceptable. This award will be made on multipule award. The Contractor shall submit a quote for ALL or SOME of the items listed in this solicitation. 6. Contractor shall submit all proposals/quotes in English. 7. Contractor shall submit proposals/quotes in US Dollars. (End of Summary of Changes) (a) The Government will award a contract resulting from this solicitation to the responsible offeror having submitted lowest priced responsible, responsive offeror meeting the requirements offer that satisfies all terms and conditions of this solicitation. The following factors shall be used to evaluate quotations: ?Factor A. Technical Subfactor 1: CLIN (Technical evaluation of supplies will be based on the products provided as Brand Name or Equal meeting the minimum salient characteristics outlined in the solicitation) Subfactor 2: The 30 days after award for Delievery date for supplies required. ?Factor B. Price: lowest priced responsible, responsive offeror meeting the requirements that satisfies all terms and conditions of this solicitation. ?Factor C. Past Performance- Past performance information is required in accordance with FAR 13.106-2 (b)(3)(ii)(D) Any other reasonable basis: Below is the required information for past performance: From the closing date of this solicitation, furnish information indicated below for contracts in progress and the three (3) most recent government and commercial contracts offeror has performed during the past three (3) years of the same scope and similar dollar value as that contained in the solicitation. i.Contract Number ii.Contract Date iii.Contract Amount iv.Contracting Agency v.Project Officer & Phone # vi.Project Description Satisfactory or higher past performance rating on the government and commercial projects similar in nature, scope and dollar value to the subject solicitation during the past three (3) years will be considered as "Acceptable Past Performance". If the offeror is a new entrant to the business and/or no past performance data is available, the offeror shall indicate "NEW ENTRANT" on the past performance proposal and the offeror will be considered to have a "Neutral Rating". It will be considered to be "Neutral". The Government reserves the right to investigate the offeror's past performances; not limited to the listed past performances on the Past Performance proposal. 3. Failure to submit the paragraph 2 above requirements shall be grounds for determining the offer technically unacceptable, and ineligible for contract award. Note 1: To be determined responsible, a prospective contractor must meet FAR 9.104-1 General standards. Note 2: To be determined technically acceptable, the submitted specification must meet salient characteristics stated in this solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d70620479b25f920ad1058765130f05f)
 
Place of Performance
Address: Boeblingen, null 71032
Zip Code: 71032
 
Record
SN03805555-W 20150723/150722000223-d70620479b25f920ad1058765130f05f (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.