Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2014 FBO #4430
SOLICITATION NOTICE

59 -- Electronic Ancillary Parts

Notice Date
1/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Pan American Bldg STE 200, Albuquerque, NM 87109
 
ZIP Code
87109
 
Solicitation Number
RFQ675786
 
Response Due
1/10/2014
 
Archive Date
7/9/2014
 
Point of Contact
Name: Sophia Marshall, Title: Purchasing Agent, Phone: 5055637212, Fax:
 
E-Mail Address
sophiamarshall@fs.fed.us;
 
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 RFQ675786 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 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 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 2014-01-10 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Idaho Falls, ID 83401 The Washington Office Acquisition Management IT Support requires the following items, Brand Name or Equal, to the following: LI 001: 19" Rack Mount Battery Shelf, Black Newmar Battery Tray Part Number 405-4360-1, 7, EA; LI 002: 24 X 3/4" Stainless Steel Machine Screw 12pk 12-24 X 3/4" Stainless Steel Machine Screw Part number 12C&5MXP3/B2.5c, 1, PK; LI 003: 2 Rack Unit IPS, 12V Newmar Power Supply IPS 12-40 Part Number IP 12-40, 3, EA; LI 004: ATC fuseholder with cover Bussman ATC Fuse Holder Part Number HHG, 2, PK; LI 005: 30 AMP ATC 10 Pack Bussman ATC 30 AMP Part Number 46903, 3, PK; LI 006: 1/2" Foam Heliax Cable-Medium Reel Parcel 24x15x24, Cable Handling/Cutting: Cable Cut, 500' run of cable Commscope LDF4-50 Heliax Part Number LDF4-50A, 500, FT; LI 007: 1/2" N Male LDF4/HL4/AL4 Commscope N male Part Number L4TNM-PSA, 14, EA; LI 008: 3/8" LMR400 Coaxial Cable Box 27x10x27 w/o ins CABLEBOX 27X10X27, Cable Handling/Cutting: Cable Cut, 150' run of cable Times Microwave Part Number LMR400, 150, FT; LI 009: N Male Hex/Knurl LMR-400 Times Microwave Part Number EZ-400-NMH-X, 14, EA; LI 010: 1/2" Stackable Hanger 10pk Wireless Solutions Snap in Hangers Part Number WSSH-U12, 3, PK; LI 011: 1/2" Clip Hanger w/HDW 10pk Wireless Solutions Clip Hangers Part Number WS-CLH12, 3, PK; LI 012: Universal Stand-Off Adapter 10pk Wireless Solutions Standoff Adapters Part number WSUSOANH, 5, PK; LI 013: 1-2" Round Member Adapter 10pk Wireless Solutions Steel Strap Part number WS-RMA12, 5, PK; LI 014: 1/4"x2"x10" Groundbar Universal Ground Bar Part Number HLGB-0210-IS, 9, EA; LI 015: Bronze transition clamp Bronze Transition Clamp Part Number J-1, 8, EA; LI 016: Bronze transition clamp Bronze Transition Clamp Part Number J-2, 8, EA; LI 017: #6 ground wire, 24" x 14" x10" disposable reel, Cable Handling/Cutting: Cable Cut, 500' run of ground wire #6 Str Grn Ins Gnd Wire Part Number 6-19G, 500, ft; LI 018: 148-174 Fiberglass Omni Telewave Part Number ANT150F2, 5, EA; LI 019: 19" Adjustable shelf BLACK 19 inch rack shelf Part Number 405-5107-1-Black, 7, EA; LI 020: 1 1/2" elecrical tape, 1 Roll 3M Scotch 33 1 1/2 inch Part Number 33, 5, EA; LI 021: Scotch Seal Compound 3M Scotch Seal Part Number 2229-1x10, 5, EA; LI 022: Omni VS UPS 1500VA/940W Omni VS UPS 1500VA/940W Part Number OMNIVS1500XLTAA, 8, 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, Washington Office Acquisition Management IT Support 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. Washington Office Acquisition Management IT Support 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. Bid MUST be good for 30 calendar days after close of Buy. 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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/. Evaluation factors and significant subfactors as stated in the solicitation are as follows. Award will be made on the basis of the lowest evaluated price of a quote meeting or exceeding the acceptability standards for non-cost factors. (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: The non-cost factors are: 1) Meets the technical requirements of the Bill of Materials 2) Signed provision-clause. 3) Specification Sheet for equal items being quoted 4)Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Cloud Computing outputs/deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT). Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) Technical,and Functional are determined NOT to be relevant for the following program need: "Radio Program Modernization FY14." Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) do not apply based on the claim of the following exception founded in Federal Acquisition Regulation (FAR) 39.204: - Section 508 back office exception based on 1194.3(f)b. Justification for this claim is documented by the following: "This purchase contains no user initiated activity items or equipment. Additionally it will only be used by radio personal in a physical space frequented only by service personnel to perform preventative maintenance, repair, operations, or occasional monitoring?. Information, documentation, and support requirements from 36 CFR part 1194 Subpart D have been determined to apply to this acquisition. Solicitation respondents must describe how the information, documentation, and support proposed for Cloud Computing, Software Application and Software Maintenance outputs/deliverables meet at least those information, documentation, and support requirements identified as applicable in the attached Government Product/Service Accessibility Template (GPAT).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WOAQMITS/RFQ675786/listing.html)
 
Place of Performance
Address: Idaho Falls, ID 83401
Zip Code: 83401
 
Record
SN03263057-W 20140110/140109000138-14ec605c7c894d7269ad13f765a99368 (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.