Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2012 FBO #3832
SOLICITATION NOTICE

70 -- Thunderstone Maintenance

Notice Date
5/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
DENVER FEDERAL CENTER, DENVER, CO 80225
 
ZIP Code
80225
 
Solicitation Number
L12PS00597
 
Response Due
5/24/2012
 
Archive Date
11/20/2012
 
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 L12PS00597 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 334611 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 2012-05-24 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DOI BLM National Centers Region requires the following items, Exact Match Only, to the following: LI 001, Search Appliance 250 Maintenance for 1 year Serial# 53716 Serial# 53717 Serial# 53718 PERIOD OF PERFORMANCE: JUNE 8, 2012 TO JUNE 7, 2013, 3, 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, DOI BLM National Centers Region 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. DOI BLM National Centers Region 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. 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. Bid MUST be good for 45 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal. 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/. Resellers All quotes and bid proposals are to be submitted through FedBid.com. No quotes/proposals will be received by email or fax for this solicitation. All quotes/proposals will only be accepted by Thunderstone authorized resellers/partners. Each quote/proposal is subject to submit a teaming or partnership agreement other other acceptable proof as determined by the Contracting Officer for verification as an authorized reseller or partner of Thunderstone [Search Engine]. Offerors shall submit the following information as part of their business/technical proposal. A list of the last three contracts/orders completed during the past three years and a list of the most current two contracts/orders currently in process that is similar in nature to the solicitation scope of work. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, or commercial concerns. Any contract/order with the Department of the Interior agencies/bureaus should be listed. Include the following information for each contract, order, or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number. The offeror may provide information on problems encountered on the identified contracts and the Offeror's corrective actions. BASIS FOR AWARD (a) 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 order to be technically acceptable, offerors must meet the following factors or salient characteristics: FACTOR 1. Able to provide EXACT MATCH software. FACTOR 2: Authorized Thunderstone Reseller or Partner. FACTOR 3: Low Price. (b) Technical and past performance, when combined, are significantly more important to cost or price. (c) 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. (d) List of past performance. Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: 1. A hard copy of the invoice shall be attached in IPP. 2. Summary of charges claimed 3. Report of deliverables or Adobe Licenses. The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. All inquiries to this notice must be received by Thursday, May 17, 2012 no later than 1:00 PM, Eastern Standard Time (EST). Electronic Delivery. For the above-referenced solicitation, we are receiving Bids exclusively through the online marketplace at www.FedBid.com.? The agency is utilizing the FedBid marketplace, in part, to improve and streamline the procurement process, increase Seller awareness of, and access to, agency requirements and develop comprehensive documentation of the notification and Bid process. ? Part 1 of the Federal Acquisition Regulations (FAR) outlines the requirements that the Federal Acquisition System and the team members within that system operate with ?integrity, fairness, and openness? (FAR 1.102(b)(3); 1.102-2(c)(1)) and ?ensure that contractors receive impartial, fair, and equitable treatment? (FAR 1.602-2(b)).? GAO has further established that offerors must be treated equally and given a common basis for the submission and evaluation of proposals. ?Accordingly, for the subject solicitation, the agency will not consider those bids or offers submitted through means other than the FedBid marketplace, as specified in the terms of the advertised solicitation. ? It has come to my attention that FedBid representatives have attempted to contact you to register and bid on this Buy through the FedBid marketplace.? In order to have your Bid considered for award on this Buy, it is imperative that you work with them to complete the Bid process prior to the close of the buy. ? At your earliest convenience, please contact FedBid Client Services to complete the FedBid registration and/or bid submission process.? Assistance is available at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L12PS00597/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02753106-W 20120522/120520233021-e52b309929efdf700d4bfb9066b6e181 (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.