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, 2014 FBO #4634
SOLICITATION NOTICE

36 -- Industrial Sewing Machine

Notice Date
7/31/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
TBD, Rock Island, IL 61299
 
ZIP Code
61299
 
Solicitation Number
W9098S14XXSL03
 
Response Due
8/11/2014
 
Archive Date
2/7/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, 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 W9098S14XXSL03 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 333318 with a small business size standard of 1,000.00 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 2014-08-11 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Rock Island, IL 61299 The WRN - JMTC-RIA requires the following items, Brand Name or Equal, to the following: LI 001: Industrial Sewing Machine, Cylinder Bed, Single Needle, Unison Feed, Lockstitch with Large Vertical Hook. Brand Name: JUKI Model LS-1341 or Equal For Sewing Machine to be considered equal the proposed equipment shall meet the following: - Gauge Type : Standard - Max. Sewing Speed : 2,000 Stitches /minute - Max. Stitch Length: 6 Millimeters (mm) (forward and reverse) - Needle Bar Stroke: 36 mm - Lift of the Pressor Foot: by hand - 9mm; by knee - 16 mm - Thread Take-up: Slide Type - Amount of Alternating Vertical Movement: 2.5 - 6.5 mm - Hook: Vertical axis - 1.6 fold capacity hook - Needle: 135 x 17 - Thread: #50 - #8 - Lubrication: Centralized Oil Wick Lubrication - Hook Lubrication: Oiler - Distance from Needle to Machine Arm: 255 mm - Cylinder Bed Diameter: 72mm Contractor shall provide the following: - Equipment manuals: (3) copies (2- hard copies and 1 copy electonically) to include daily checklists, visual inspections and lubrication schedule, schedules for inspections, adjustments, cleaning, and component replacements, and safety operation of the equipment in all modes. Acceptable electonic formats are acrobat files (.pdf), drawing exchange files (.dxf) and initial graphic exchange specifications (.igs) Proposals must include make, model,and a list of the units standard features and optional features., 1, 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, WRN - JMTC-RIA 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. WRN - JMTC-RIA 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/. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations (Deviation 2014-O0004)(October 2103) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (pub. L. 113-46), none of the funds made available by the Act for DoD (including military Construction Funds) may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority repsonsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convisited of a felong criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the convistion, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interest of the Government. (b) The offeror represents that - (1) It is [______] is not [_____] a corporation that has any unpaid Federal tax liablility that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsibile for collecting the tax liability. (2) It is [_____] is not [_____] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0008e8a187bec48d3d44ae14d59eac79)
 
Place of Performance
Address: Rock Island, IL 61299
Zip Code: 61299-5000
 
Record
SN03445659-W 20140802/140801000219-0008e8a187bec48d3d44ae14d59eac79 (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.