Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2017 FBO #5873
SOLICITATION NOTICE

70 -- Tripwire Log Center Console - 693JJ918RQ000306 Combined Synopsis/Solicitation

Notice Date
12/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
693jj918RQ000306
 
Archive Date
1/13/2018
 
Point of Contact
Omari A. Fennell, Phone: 2023660825
 
E-Mail Address
omari.fennell.ctr@dot.gov
(omari.fennell.ctr@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
693JJ918RQ000306 Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is 693JJ918RQ000306 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective 6 Nov 2017. (iv) This acquisition is a 100% small business set-aside. The associated NAICS code is 423430 with a 250 employee size standard. (v) Contractors shall submit a quote for the supply and delivery of the Tripwire Log Center Console with the following specifications: See Attachment (vi) Description of requirements for the items to be acquired. See Attachment The RFQ format is attached to this combination solicitation/synopsis that will used to submit quotes. All responsible sources may submit a quote, which shall be considered. (vii) Delivery must be complete within thirty (30) days or less of award. FOB Destination. DoT, NHTSA, NIO-300 Washington, D.C. 20590 (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil ) FAR 52.212-1, Instructions to Offerors - Commercial. Offerors shall submit sufficient product data to allow the government to evaluate the offered product as technically acceptable. Vendors shall submit sufficient product information to support the vendor proposes to deliver the required product. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Technical acceptability of the product offered to meet the Government requirement. 2. Price - The Government will evaluate the total price of the offer for award purposes. All contractors shall submit information sufficient to allow the Government to evaluate and determine the offered product is acceptable. The Government will award a contract to the lowest priced technically acceptable offer. The Government shall rank all proposals according to price. Beginning with the lowest price proposal, the offeror whose proposal represents the lowest proposed price will be evaluated for technical acceptability. Once the lowest priced proposal is evaluated as technically acceptable, that offeror represents the best value to the Government and the evaluation process will end. If the lowest priced proposal is evaluated as technically unacceptable, the Government will proceed to the next lowest priced offer and evaluate for technical acceptability. This process will continue until the lowest priced proposal is evaluated as technically acceptable. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. ◾FAR 52.204-7, System for Award Management ◾FAR 52.204-7 Alt 1, System for Award Management - Alternate 1 ◾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 (DEV) ◾FAR 52.219-6, Notice of Total Small Business Set-aside ◾FAR 52.219-28, Post Award Small Business Representation ◾FAR 52.232-1, Payments ◾FAR 52.232-33, Payment by Electronic Fund Transfer- System for Award Management •§ TARS 1252.223-73 SEAT BELT USE POLICIES AND PROGRAMS (APR 2005) In accordance with Executive Order 13043, Increasing Seat Belt Use in the United States, dated April 16, 1997, the contractor is encouraged to adopt and enforce on-the-job seat belt use policies and programs for its employees when operating company-owned, rented, or personally-owned vehicles. The National Highway Traffic Safety Administration (NHTSA) is responsible for providing leadership and guidance in support of this Presidential initiative. For information on how to implement such a program or for statistics on the potential benefits and cost-savings to your company or organization, please visit the Buckle Up America section of NHTSA's website at www.nhtsa.dot.gov. Additional resources are available from the Network of Employers for Traffic Safety (NETS), a public-private partnership headquartered in the Washington, D.C. metropolitan area, and dedicated to improving the traffic safety practices of employers and employees. NETS is prepared to help with technical assistance, a simple, user friendly program kit, and an award for achieving the President's goal of 90 percent seat belt use. NETS can be contacted at 1-888-221-0045 or visit its website at www.trafficsafety.org. (End of clause) (xiii) Payment Terms are Net 30 *The following additional clauses are applicable to this procurement (not all inclusive): 52.202-1 Definitions (NOV 2013) 52.203-5 Covenant Against Contingent Fees (MAY 2014) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 52.203-7 Anti-Kickback Procedures (MAY 2014) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-3 Tax Payer Identification (OCT 1998) 52.204-4 Printed or Copied Double Sided on Recycled Paper (AUG 2013) 52.204-7 System for Award Management 52.204-7 Alt 1, System for Award Management - Alternate 1 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.211-5 Material Requirements (AUG 2000) 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017) 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) 52.213-1 Fast Payment Procedure (MAY 2006) 52.213-2 Invoices (APR 1984) 52.219-6 Notice of Total Small Business Set-aside 52.219-28 Post Award Small Business Representation 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2016) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.225-1 Buy American-Supplies (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-1 Payments (JUL 2013) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.243-1 Changes - Fixed Price (AUG 1987) Alternate II (APR 1984) 52.244-6 Subcontracts for Commercial Items (FEB 2016) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email by 29 December 2017, 1:00PM EST. Requests should be marked with solicitation number 693JJ918RQ000306. (xvi) Address questions to Omari Fennell, Contracting Specialist, at (202) 366-2675, email Omari.fennell.ctr@dot.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/693jj918RQ000306/listing.html)
 
Place of Performance
Address: DOT/NHTSA, 1200 New Jersey Ave, SE, Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN04772296-W 20171222/171220231117-f479f004c751a36734469173ed7ad6d2 (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.