SOLICITATION NOTICE
Q -- Audiology Services
- Notice Date
- 5/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 9 National Guard Road, Columbia, SC 29201
- ZIP Code
- 29201
- Solicitation Number
- W912QG-18-R-0006_02
- Response Due
- 6/11/2018
- Archive Date
- 12/8/2018
- 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 W912QG-18-R-0006_02 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 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 621340 with a small business size standard of $7.50M. 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 2018-06-11 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Eastover, SC 29044 The National Guard - South Carolina requires the following items, Meet or Exceed, to the following: LI 001: Base Year Audiology Services Period of Performance 1 Aug 2018 - 31 Jul 2019 CLINS are Firm Fixed Priced (FFP), 1, EA; LI 002: Base Year eCMR Reporting This is administrative and can be zero. Period of Performance 1 Aug 2018 - 31 Jul 2019 CLINS are Firm Fixed Priced (FFP), 1, EA; LI 003: Option Period 1 Audiology Services Period of Performance 1 Aug 2019 - 31 Jul 2020 CLINS are Firm Fixed Priced (FFP), 1, EA; LI 004: Option Period 1 eCMR Reporting This is administrative and can be zero. Period of Performance 1 Aug 2019 - 31 Jul 2020 CLINS are Firm Fixed Priced (FFP), 1, EA; LI 005: Option Period 2 Audiology Services Period of Performance 1 Aug 2020 - 31 Jul 2021 CLINS are Firm Fixed Priced (FFP), 1, EA; LI 006: Option Period 2 eCMR Reporting This is administrative and can be zero. Period of Performance 1 Aug 2020 - 31 Jul 2021 CLINS are Firm Fixed Priced (FFP), 1, EA; LI 007: Option Period 3 Audiology Services Period of Performance 1 Aug 2021 - 31 Jul 2022 CLINS are Firm Fixed Priced (FFP), 1, EA; LI 008: Option Period 3 eCMR Reporting This is administrative and can be zero. Period of Performance 1 Aug 2021 - 31 Jul 2022 CLINS are Firm Fixed Priced (FFP), 1, EA; LI 009: Option Period 4 Audiology Services Period of Performance 1 Aug 2022 - 31 Jul 2023 CLINS are Firm Fixed Priced (FFP), 1, EA; LI 010: Option Period 4 eCMR Reporting This is administrative and can be zero. Period of Performance 1 Aug 2022 - 31 Jul 2023 CLINS are Firm Fixed Priced (FFP), 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, National Guard - South Carolina 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. National Guard - South Carolina 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. ** All RFI's must be posted to FedBid, do not send RFI's to buyer.** All questions must be submitted no later than 11:00 AM ET on 22 May, 2018. Those RFIs not received within the prescribed date and time will not be considered. Answers to ALL questions will be posted NLT 11:00 AM ET on 23 May 2018 for all to review. Any information request regarding a solicitation posted on FEDBIZ, whether preaward or postaward, must be submitted by email from the person listed in the Seller Information area of the FEDBID form. The Government will only communicate with these individuals in order to protect a company ™s proprietary information. The email address of the person submitting the question must match exactly that of the person ™s listed in the Seller Information area (A) Submitted proposals must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) completion of the provisions 52.212-3; (5) details of services to be provided for each requirement identified with pricing; (6) Past Contracts; (7) Proposal should be submitted under company letterhead, with CAGE code, DUNS number, FTID, Company Name, Address and POC included. (B) Insert proposed prices in the Pricing Schedule provided below. (C) Complete the necessary fill-ins and certifications in provision 52.212-3 section (b) provided in the attachment and return along with your cost proposal. (D) There is no additional requirement to submit a history of past performance on similar projects. Past Performance will be evaluated utilizing a combination of information obtained from the Past Performance Information Retrieval System (PPIRS), and the Federal Awardee Performance and Integrity Information System. (E) Prior to award, the vendor must be registered and have completed online representations and certifications in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (F) Offerors must have electronic funds transfer (EFT) capability. Contractors must be actively registered with iRAPT, formally the Wide Area Work Flow (WAWF) at http://wawf.eb.mil. 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/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0f20498f800f2c7a01b40da5368c7147)
- Place of Performance
- Address: Eastover, SC 29044
- Zip Code: 29044
- Zip Code: 29044
- Record
- SN04917807-W 20180512/180510230522-0f20498f800f2c7a01b40da5368c7147 (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 |