Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2016 FBO #5392
SOLICITATION NOTICE

70 -- Requirement for CribMaster RFID - CLIN Pricing Worksheet

Notice Date
8/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
N4215816MP60203
 
Archive Date
9/16/2016
 
Point of Contact
Gerald C. Thomas, Phone: 6182299732
 
E-Mail Address
gerald.c.thomas6.civ@mail.mil
(gerald.c.thomas6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name Justification - Redacted Equipment List Pricing Worksheet The Defense Information Technology Contracting Organization (DITCO), Information Technology Division, Hardware Section (DITCO/PL8322), 2300 East Drive, Scott Air Force Base, Illinois 62225-5406, intends to issue a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The request for quote (RFQ) document and incorporated provisions and clauses are those in effect through FAC 2005-89. This RFQ is issued as a total small business set aside. The NAICS code is 334419. This requirement is for CribMaster RFID products which are supported by a brand name justification. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in SAM, it may do so through the SAM website at https://www.sam.gov. Offerors must submit a completed copy of the provisions at 52.212-3, Offeror Representations and Certification - Commercial Items, with its offer, unless the vendor has registered and completed the provisions on SAM. This solicitation is for procurement of CribMaster RFID hardware and software as identified in the pricing worksheet. Sellers MUST provide the item requested in the line item description (exact make, model, part number, and/or description). Interested contractors are asked to submit pricing for the requirement on the attached pricing spreadsheet as well as their own firm quote format. Bid MUST be good for 30 calendar days after close of the solicitation. The hardware must be BRAND NEW products from the Original Equipment Manufacturer (OEM), and all quotes must be from contractors who are CribMaster authorized resellers. Refurbished or used equipment will not be accepted. The payment method is through Wide Area Work Flow. Shipping must be free on board (FOB) destination. No partial shipments are permitted unless specifically authorized at the time of award. The expected delivery is within 30 days after receipt of order. This solicitation requires offers on all or none of the items. Partial quotes will not be accepted. Section 508 accessibility standards do not apply to this acquisition based on the following exception(s): The E&IT is located in spaces frequented by service personnel for maintenance, repair or occasional monitoring of equipment. The agency intends to award a firm-fixed price order using the lowest price technically acceptable methodology. After receipt of quotes, the Government will first evaluate the lowest price quote. If the lowest price quote is determined to be technically acceptable and otherwise properly awardable, no further evaluations will be conducted, and award will be made. If, however, the lowest price quote is determined to be technically unacceptable and/or otherwise not properly awardable, further evaluations will be conducted. Delivery Address: Norfolk Naval Shipyard Building 74 Portsmouth, VA 23709 Please provide your DUNS Number, taxpayer identification (TIN), CAGE code, Contractor Point of Contact, Phone Number, E-mail Address, Fax Number, Payment Term (net 30) or Discount, Business Size (i.e., small, women-owned, etc.), warranty period, and estimated delivery date with your quote. Questions should be addressed to gerald.c.thomas6.civ@mail.mil. The phone number is (618) 229-9732. 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. Quotes are due on September 1, 2016 at 9:00 AM (CT) and should be submitted to the contract specialist at DITCO via the following email address: gerald.c.thomas6.civ@mail.mil. The following provisions and clauses apply to this requirement: FAR 52.204-7, Central Contractor Registration 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.204-19, Incorporation by Reference of Representation and Certifications 52.209-6, Protecting the Government's Interest When Subcontracting with contractor's Debarred, Suspended, Proposed for Debarment 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1, Instructions to Offerors-Commercial 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52-212-5, Contract Terms and Conditions (Deviation) 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52-225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52-247-34, F.O.B. Destination 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 52.253-1, Computer Generated Forms DFARS 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 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentially Agreements - Representation (DEVIATION 2016-O003) 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentially Agreements - (DEVIATION 2016-O003) 52.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate A, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information's Controls 252.204-7011, Alternative Line Item Structure 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 Identification and Valuation 252.211-7008, Use of Government-Assigned Serial Numbers 252.225-7048, Export-Controlled Items 252.227-7013, Rights in Technical Data - Noncommercial Items 252.227-7014, Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation 252.227-7015, Technical Data - Commercial Items 252.227-7016, Rights in Bid or Proposal Information 252.227-7017, Identification and Assertion of Use, Release, or Disclosure Restrictions 252.227-7030, Technical Data - Withholding of Payments 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 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, Subcontracting for Commercial Items 252.246-7000, Material Inspection and Receiving Report 252.247-7023, Transportation of Supplies by Sea DARS 52.204-9000, Points of Contact 5.204-9001, Contract/Order Closeout-Fixed-Price, Time and Materials, or Labor-Hours 52.209-9000, Organizational and Consultant Conflicts of Interest The full text of the referenced FAR, DFARS, and DARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/N4215816MP60203/listing.html)
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN04242488-W 20160828/160826234404-2ff36313d4accc22c5dce0dd9a30726a (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.