66--MINI ARC MELTING SYSTEM w VACUUM, GENERATOR and WATER CHILLER
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 solic... 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 N0018919Q0148 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2019-02-27 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be ANNAPOLIS, MD 21402 The FLC - Norfolk requires the following items, Brand Name Only (Exact Match), to the following: LI 001: EDMUND BUHLER MINI ARC MELTING SYSTEM WITH VACUUM, GENERATOR AND WATER CHILLER. (#2426 000; #0052 455; #0052 318; AND 0052 403, RESPECTIVELY), 1, LOT; LI 002: SHIPPING, 1, EA; LI 003: PACKING, 1, EA; LI 004: CUSTOM FEES, 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, FLC - Norfolk 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 marketplacesupport@unisonglobal.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 quotes, 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 marketplacesupport@unisonglobal.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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334516 and the Small Business Standard is 750. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS (JAN 2017) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ System for Award Management SYSTEM FOR AWARD MANAGEMENT MAINTENANCE COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity COMBATING TRAFFICKING IN PERSONS 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases. PLACE OF MANUFACTURE (MAR 2015) PAYMENT BY ELECTRONIC FUNDS TRANSFER--SYSTEM FOR AWARD MAMAGEMENT UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) PROTEST AFTER AWARD REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT ORAL ATTESTATION OF SECURITY RESPONSIBILITIES SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT ITEM UNIQUE IDENTIFICATION AND VALUATION PROHIBITION ON STORAGE, TREATMENT, AND DISPOSAL OF TOXIC OR HAZARDOUS MATERIALS PROGIBITION OF HEXAVALENT CHROMIUM BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM--BASIC (DEC 2017) QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS EXPORT-CONTROLLED ITEMS ELECTRONIC SUBMISSION OF PAYMENTS REQUEST AND RECEIVING REPORTS LEVIES ON CONTRACT PAYMENTS SUBCONTRACTS FOR COMMERCIAL ITEMS TRANSPORTATION OF SUPPLIES BY SEA OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017) CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2018) SOLICITATION PROVISIONS INCORPORATED BY REFERENCE CLAUSED INFORPORATED BY REFERENCE REPRESENTATION RELATING TO COMPESATION OF FORMER DOD OFFICIALS WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (July 2018) Instructions to Offerors (Oct 2016) ALTERNATIVE LINE ITEM STRUCTURE F.O.B. ORGIN Use of Government-Assigned Serial Numbers (March 2016)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »