SOLICITATION NOTICE
67 -- Outdoor Time Lapse Camera System
- Notice Date
- 5/10/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860
- ZIP Code
- 96860
- Solicitation Number
- N00604-12-T-3120
- Response Due
- 5/17/2012
- Archive Date
- 11/13/2012
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- 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 N00604-12-T-3120 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 333315 with a small business size standard of 500.00 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 2012-05-17 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Kekaha, HI 96752 The FLC - Pearl Harbor requires the following items, Meet or Exceed, to the following: LI 001, Outdoor Time Lapse Camera Package. See attached specifications. Method of payment is by Government Purchase Card. Please provide brochure/specification of the item you are offering to meet the requirement. Items must arrive at Kekaha, HI 96752-0128 by May 30, 2012., 6, EA; LI 002, Shipping to Kekaha, HI 96752-0128., 1, LOT; 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, FLC - Pearl Harbor 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. FLC - Pearl Harbor 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120420. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 333315 and the Small Business Standard is 500 employees. Central Contractor Registration (CCR). Sellers must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. Central Contractor Registration. Incorporated by reference. Instructions to Offerors--Commercial Items. Incorporated by reference. Contract Terms and Conditions--Commercial Items. Incorporated by reference. Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. Incorporated by reference. F.O.B. Destination. Incorporated by reference. Requirement to Inform Employees of Whistleblower Rights. Incorporated by reference. Control Of Government Personnel Work Product. Incorporated by reference. Central Contractor Registration Alternate A. Incorporated by reference. Export-Controlled Items. Incorporated by reference. Prohibition of Hexavalent Chromium. Incorporated by reference. Buy American Act--Balance Of Payments Program Certificate. Incorporated by reference. Levies on Contract Payments. Incorporated by reference. OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS ALTERNATE I. Full text. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS. Full text. Notice of Total Small Business Set-Aside. Incorporated by reference in 52.212-5. Post Award Small Business Program Rerepresentation. Incorporated by reference in 52.212-5. Convict Labor. Incorporated by reference in 52.212-5. Child Labor?Cooperation with Authorities and Remedies. Incorporated by reference in 52.212-5. Prohibition of Segregated Facilities. Incorporated by reference in 52.212-5. Equal Opportunity. Incorporated by reference in 52.212-5. Affirmative Action for Workers with Disabilities. Incorporated by reference in 52.212-5. Encouraging Contractor Policies to Ban Text Messaging While Driving. Incorporated by reference in 52.212-5. Restrictions on Certain Foreign Purchases. Incorporated by reference in 52.212-5. Payment by Third Party. Incorporated by reference in 52.212-5. PREVIOUS CONTRACTS AND COMPLIANCE REPORTS. Full text. PLACE OF MANUFACTURE. Full text. SOLICITATION PROVISIONS INCORPORATED BY REFERENCE. Full text. CLAUSES INCORPORATED BY REFERENCE. Full text. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OREXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS. Full text. Requirements Relating to Compensation of Former DoD Officials. Incorporated by reference in 252.212-7001. Buy American Act and Balance of Payments Program. Incorporated by reference in 252.212-7001. Transportation of Supplies by Sea Alternate III. Incorporated by reference in 252.212-7001.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N00604-12-T-3120/listing.html)
- Place of Performance
- Address: Kekaha, HI 96752
- Zip Code: 96752-0128
- Zip Code: 96752-0128
- Record
- SN02744103-W 20120512/120510234643-23291aed10729dd5e32c090b164de3d9 (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 |