Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
SOLICITATION NOTICE

81 -- Post Blast Investigation Kits - Attachment 2 Pricing - Statement of Work PBI - Solicitation SAQMMA13Q0107

Notice Date
7/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561910 — Packaging and Labeling Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA13Q0107
 
Archive Date
9/14/2013
 
Point of Contact
Gregory A. Mendoza, Phone: 5712255491, Vincent J Sanchez, Phone: 703-875-6629
 
E-Mail Address
mendozaga@state.gov, SanchezVJ@state.gov
(mendozaga@state.gov, SanchezVJ@state.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
SAQMMA13Q0107 Statement of Work for DS/T/ATA PBI Spread sheet for pricing base + 4 option years 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 U.S. Department of State has a requirement for Post Blast Investigation Kits (PBI) In support of the Office of Anti-terrorism Assistance (DS/T/ATA) Training courses. The North American Industry Classification System (NAICS) code is 561910, Packaging and Labeling Service. This solicitation is 100% Woman-Owned Small Business Set Aside to be conducted in accordance with FAR part 12 (Acquisition of Commercial Items) & FAR 13.5. This acquisition will result in a single award, Fixed Price, Indefinite Delivery, Indefinite Quantity type of contract for a base and four (4) option years under the Woman Owned Small Business (WOSB) Program. The solicitation number is SAQMMA13Q0107 (attached) and is issued as a Request For Proposal, unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-68. THIS IS AN ALL OR NOTHING QUOTE. PARTIAL OR INCOMPLETE OFFERS WILL NOT BE ACCEPTED OR CONSIDERED. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible, preferably 72 hours before the close of this notice, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. We respectfully request that prospective vendors not make any assumptions. All questions can be forwarded to MendozaGA@state.gov and Sanchezvj@state.gov*** In addition to providing pricing for this solicitation, each Offeror must provide NON-PRICING responses (e.g. technical descriptions, past performance, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Anyone other than a manufacturer, must provide proof (letter from manufacturer or URL to manufacturer's specific web page confirming authorization as a reseller) that they are an authorized distributor or reseller. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. All Quotes must be valid for a minimum of 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer's warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this quote from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer's current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. The selected Offeror must comply with the commercial item terms and conditions included in the attached solicitation. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13Q0107/listing.html)
 
Place of Performance
Address: Remma, 45055 Underwood Lane, Suite 140, Sterling,, Virginia, 20166, United States
Zip Code: 20166
 
Record
SN03133668-W 20130802/130801000501-4249ade4495926da72cc25ad6445832c (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.