SOLICITATION NOTICE
61 -- 15W Portable Solar Power Charger
- Notice Date
- 8/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 408th CSB, APO, AE 09898
- ZIP Code
- 09898
- Solicitation Number
- PAN40818P00000089892
- Response Due
- 8/27/2018
- Archive Date
- 2/23/2019
- 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
- N/A
- 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 PAN40818P00000089892 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 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 221114 with a small business size standard of. This requirement is unrestricted 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 2018-08-27 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions. The 408th CSB SWA Qatar Contracting Command requires the following items, Brand Name or Equal, to the following: LI 001: 15W Portable Solar Power Charger Part Number SG-SPC 15WA Solar Panel- Mono/Polycrystalline Solar Battery- Sealed Lead-acid Solar Control System- Controller, Inverter, Control Box Output- AC 100~220V; DC 12V AC Charge- AC86V~260V High Power LED Lamp- 12V/3W (6W, 9w), 500, EA; LI 002: Shipping (Instructions attached), 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, 408th CSB SWA Qatar Contracting Command 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. 408th CSB SWA Qatar Contracting Command 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. The government will evaluate all quotes for the lowest price based on the aggregate value. iRAPT (INVOICE, RECEIPT, ACCEPTANCE and PROPERTY TRANSFER) formerly WAWF DFARS Clause 252.232-7003, Electronic Submission of Payment Invoices Please visit the links below for more on iRAPT: Information regarding iRAPT can be found at https://wawf.eb.mil The iRAPT training site is accessible at http://www.wawftraining.com The following information is provided to help streamline the payment process: a. Invoices shall be submitted as selected below: After final delivery b. The Contractor shall submit using the following iRAPT document format: Invoice as a 2-in-1 c. The following codes are required to properly route your invoices and/or receiving reports through WAWF- RA: Vendor CAGE Code: Issue By DoDAAC: Admin DoDAAC: Inspect By DoDAAC: Service Acceptor DoDAAC: Payment DoDAAC: d. When creating invoices and / or receiving reports, the Contractor should select the śadditional E- mail notifications link and enter the e-mail address shown below. The government will advise the Contractor of any changes to email addresses by email vs. contract modification. Upon receipt of changes, the Contractor shall include the new email notifications when creating invoices and/or receiving reports. RCC-QA Group E-mail Address: COR/Inspector/Acceptor: Contract Specialist/Contracting Officer: Correspondence in English JUN 1997 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 System for Award Management Alternate A FEB 2014 (a) The Contractor shall ” (1) Exercise due diligence to ensure that none of the funds, including supplies and services, received under this contract are provided directly or indirectly (including through subcontracts) to a person or entity who is actively opposing United States or Coalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities; (2) Check the list of prohibited/restricted sources in the System for Award Management at https://www.sam.gov/portal/SAM/#1#1 (i) Prior to subcontract award; and (ii) At least on a monthly basis; and (3) Terminate or void in whole or in part any subcontract with a person or entity listed in SAM as a prohibited or restricted source pursuant to subtitle E of Title VIII of the NDAA for FY 2015, unless the Contracting Officer provides to the Contractor written approval of the Head of the Contracting Activity to continue the subcontract. (b) The Head of the Contracting Activity has the authority to ” (1) Terminate this contract for default, in whole or in part, if the Head of the Contracting Activity determines in writing that the contractor failed to exercise due diligence as required by paragraph (a) of this clause; or (2)(i) Void this contract, in whole or in part, if the Head of the Contracting Activity determines in writing that any funds received under this contract have been provided directly or indirectly to a person or entity who is actively opposing United States or Coalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities. (ii) When voided in whole or in part, a contract is unenforceable as contrary to public policy, either in its entirety or with regard to a segregable task or effort under the contract, respectively. (c) The Contractor shall include the substance of this clause, including this paragraph (c), in subcontracts, including subcontracts for commercial items, under this contract that have an estimated value over $50,000 and will be performed outside the United States and its outlying areas. (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. 52.204-7 System for Award Management JUL 2013, 52.212-1 Instructions to Offerors--Commercial Items OCT 2015, 52.222-50 Combating Trafficking in Persons MAR 2015, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013, 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls AUG 2015 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information AUG 2015, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting SEP 2015 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.225-7048 Export-Controlled Items JUN 2013 252.225-7048 Export-Controlled Items JUN 2013 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.247-7023 Transportation of Supplies by Sea APR 2014 (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights (1) within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (b) Assignment. The Contractor or its assignee may assign its rights to receive payment due as a result of performance of this contract to a bank, trust company, or other financing institution, including any Federal lending agency in accordance with the Assignment of Claims Act (31 U.S.C. 3727). However, when a third party makes payment (e.g., use of the Governmentwide commercial purchase card), the Contractor may not assign its rights to receive payment under this contract. a) USFOR-A FRAGO 10-200. United States Forces Afghanistan (USFOR-A) has directed that all shipments into and out of the Combined Joint Operations Area - Afghanistan (CJOA-A) be coordinated through the Defense Transportation System (DTS) in order to expedite the customs clearance process and facilitate the use of in-transit visibility for all cargo in the CJOA-A (a) This solicitation may be protested to the issuing Contracting Office for decision by the Contracting Officer or by the Chief of the Regional Contracting Center if authority has been withheld. If requested, an independent review of an Agency Protest decision is available through appeal to the Principal Assistant Responsible for Contracting (PARC) in accordance with FAR 33.103. A protest to ECC-A is a śPROTEST TO THE AGENCY, ť within the meaning of FAR 33.103. The ECC-A Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns within ECC-A, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. After an interested party files an Agency Protest with the Contracting Officer and while that protest is pending, the protestor agrees not to file a protest with the GAO or other external forum. If a protest is filed with an external forum on the same solicitation as the Agency Protest, the Agency Protest will be dismissed. (a) U.S. and Coalition Commanders possess inherent authority to maintain law and order, provide security, and impose discipline necessary to protect the inhabitants of U.S. and/or Coalition installations, U.S. and Coalition personnel operating outside of installations, and U.S. or Coalition-funded developmental projects in Afghanistan. This authority allows commanders to administratively and physically control access to installations and/or project sites, and to bar contracts “ including prime contractors, subcontractors at any tier, and any employees, from an installation or site. A commander ™s inherent force protection (FP) authority is independent of an agency ™s contracting authority, and it may not be superseded by any contractual term or provision.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/529b7ccfa780da7b49b71b4daf311ee7)
- Place of Performance
- Address: Special Shipping Instructions.
- Zip Code: -
- Zip Code: -
- Record
- SN05054577-W 20180825/180823232052-529b7ccfa780da7b49b71b4daf311ee7 (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 |