SOLICITATION NOTICE
35 -- Embroidery Machine
- Notice Date
- 7/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 2205 Infantry Post Road, Fort Sam Houston, TX 78234
- ZIP Code
- 78234
- Solicitation Number
- 0010724851
- Response Due
- 7/17/2015
- Archive Date
- 1/13/2016
- 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 0010724851 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 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 333249 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 2015-07-17 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Sam Houston, TX 78234 The MICC Joint Base San Antonio requires the following items, Brand Name or Equal, to the following: LI 001: Embroidery Machine- SWF or equivalent Salient Characteristics for Multihead Computerize Embroidery Machine - Must have a single head 15 colors minimum excepted is 12 color compact type includes: A. Boarder Frame B. Quick Changeable Cap Frame Set a. Cap Frames (2 PCS per head) b. Cap Frames Drivers (2 EA per head) c. Cap Frame Holder (1 EA) d. Tubular Round Frame (2 PCS per head) e. TRF 12 (4.25") f. TRF 15 (5.4") g. TRF 18 (6.6") h. Tubular Square Frame (2 PCS per head) i. TSF- 30*30 (12.3" ? *12.3") j. TSF- 41*27 (16.7" ? 10.9") - Installation: shall include installation and training - Shall include Wiloom Decostudio E3.0 - Shall include Starter Kit - Auto Thread Trimmer, trace fundion and auto thread break function - Auto Thread Break Sensors - Shall read Universal Software shall store up to 99 Designs - Shall have a large sew field and narrow cylinder arm - Shall have a built-in bobbin winder and auto bobbin monitor - USB Jump Drive, 3 1/2" floppy disc drive and LCD Screen - Shall have a 1,000,000 stitch memory to acoommodate the most intricate designs - Adjustable height feet with cushions and stitch forward and backward function - Shall have a no loss of design information in the event of power failure - Shall have rotate design capability and repeat design function - Origin Return: the frame shall return to the origin point of design during embroidery work - Shall have on-board lettering, auto color change, servo motor, emergency stop and very quiet operation. Power shall be 11OV or 220V, 1 phase - Auto recognition of other company's design code and various formats of design saved in USB memory, CF card and floppy disc automatically recognized - USB Mass storage device input. output and deletion of designs are through the USB memory stick - Remained memory capacity is displayed on the LCD screen, 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, MICC Joint Base San Antonio 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. MICC Joint Base San Antonio 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. 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/. Offeror must have a current satisfactory registration with the System for Award Management (SAM)- https://www.sam.gov/portal/SAM/ All invoices will be processed through Wide Area Workflow (WAWF)- https://wawf.eb.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/00ed29767b55fcdf5b5beea0fb9cbbaa)
- Place of Performance
- Address: Fort Sam Houston, TX 78234
- Zip Code: 78234
- Record
- SN03794993-W 20150715/150713235240-00ed29767b55fcdf5b5beea0fb9cbbaa (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 |