Federal Bid

Last Updated on 17 Oct 2018 at 8 AM
Combined Synopsis/Solicitation
Quantico Virginia

Brand Name Smiths Detection SABRE 5000

Solicitation ID M67854-18-Q-2083
Posted Date 07 Sep 2018 at 5 PM
Archive Date 17 Oct 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Not Specified
Agency Department Of Defense
Location Quantico Virginia United states 22134

Synopsis:

The United States Marine Corps Systems Command (MCSC), 2200 Lester Street, Quantico, Virginia 22134 intends to procure one (1) Brand Name Smiths Detection SABRE 5000 with accessories, in accordance with the contract line item numbers (CLINs) described in the Standard Form (SF)1449/Schedule of Supplies/Services, Attachment 1. This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with FAR 13.5 and additional information included in this notice. This procurement is a total small business set-aside. The subject Request for Quote (RFQ), M67854-18-Q-2083, incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-100. The North American Industry Classification System (NAICS) code for this procurement is 334511 and the small business size standard is 1,250 employees.

Description of Supplies and Services:

One (1) Brand Name Smiths Detection SABRE 5000 with accessories.

Attachment 1 - SF 1449 contains the CLINs, part numbers, quantities, delivery requirements, and terms and conditions for this solicitation and any resultant contract.

Attachment 2 -Brand Name Justification and Approval for procurement of the Smiths Detection SABRE 5000 with accessories.

Proposal Submission:

MCSC intends to solicit and award one Firm Fixed Price contract for the delivery of the supplies defined in Attachment 1 as a result of this solicitation. All proposals shall include pricing for F.O.B Destination, System for Award Management (SAM) information, including Representations and Certifications, company point of contact information, delivery information, and payment discount terms.

General Instructions: All proposals shall comply with the instructions in FAR 52.212-1. Each response must clearly and concisely address the capability of the Offeror (s) to meet all specifications and requirements. The Government will not assume that an Offeror possesses any capability, understanding, and/or commitment that is not specifically delineated and supported in its respective proposal.

1. All offerors shall complete and submit the SF1449 Combined Synopsis/Solicitation attached to this posting to the Contract Specialist's name under block 7a. Block 17a must be completed with company name, address, POC and email, CAGE Code, DUNS number, TIN number, phone number. Complete Block 30 with required signature. The "Unit" and "Extended Price" shall be filled in and totaled at the bottom. All FAR Provisions requiring information from offerors shall be completed prior to submission of the SF1449.
2. OFFERORS SHALL QUOTE ALL CLINs. PARTIAL QUOTES WILL BE REJECTED. For bundled costs, the phrase "Not Separately Priced" (NSP) shall be indicated for the corresponding CLIN. The term "N/A" or Not Applicable shall only be used when the described items in the applicable CLIN are NOT being provided.
3. Submit your RFQ responses on or before 12 September 2018 11:00 AM Local Time, Virginia. Send your quotes via email to: [email protected].
4. Questions will not be accepted by phone; questions shall be emailed to: [email protected]. Questions are due no later than 10 September 2018 at 10:00 AM Local Time, Virginia. Place in the subject line of email: RFQ M67854-18-Q-2083 SABRE 5000.
5. The Quote shall be valid for a period of at least 60 days.

THE GOVERNMENT RESERVES THE RIGHT TO REJECT ANY QUOTATION THAT DOES NOT SUBSTANTIALLY COMPLY WITH THESE QUOTATION PREPARATION INSTRUCTIONS.

NOTE TO VENDORS - MATERIAL TERMS AND CONDITIONS:

In order to minimize the risk of the government purchasing counterfeit products or unauthorized secondary market equipment, which would not be supported by the Original Equipment Manufacturer (OEM), and to ensure that the Government purchases only equipment that is genuine (not counterfeit), authorized (e.g., not gray market, includes appropriate licenses, etc.), and supported (e.g., warranty and support services) by the OEM, and Vendor shall, for:

Hardware: Certify that it is a Manufacturer Authorized Partner/Reseller as of the date of the submission of its quote and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. Unless otherwise specified, the Vendor shall warrant that all products are new, in their original box. By submitting a response to this Request for Quote (RFQ) the Vendor confirms to have sourced all Manufacturer products submitted in this quote from Manufacturer or through Manufacturer Authorized Partners only, in accordance with Manufacturer's applicable policies in effect at the time of purchase. The Government may reject a quote if the Vendor fails to agree to provide this information.

If Vendor is not a Manufacturer Authorized Partner as of the date of the submission of its quote, then the Vendor shall submit with its offer a document, from the Manufacturer, that identifies the Vendor by name and states the following:

(1) the products offered in response to the government's requirement are genuine (i.e., not counterfeit and not unauthorized secondary market/gray market products) (note: all items, including part numbers where applicable, shall be listed in the document);

(2) the Vendor has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements;

(3) the Vendor will be able to receive from the Manufacturer, and the Manufacturer will not deny, the support services required to support the product(s); and

(4) that Manufacturer will not deny the standard commercial warranty support for the product(s).

Evaluation:

The Government intends to make one award to a responsible offeror as defined in the FAR 9.104 resulting from this solicitation and whose proposal is determined to be the Lowest Price Technically Acceptable (LPTA) offer after being evaluated in accordance with the evaluation criteria stated in 52.212-2 - Evaluation - Commercial Items contained in Attachment 1 - SF 1449.

 

Bid Protests Not Available

Similar Past Bids

Nellis air force base Nevada 26 Jul 2016 at 11 PM
Location Unknown 20 Aug 2013 at 7 PM
Capitol Montana 24 Jan 2018 at 7 PM
Location Unknown 05 Sep 2008 at 4 PM
Location Unknown 17 May 2012 at 4 PM

Similar Opportunities

Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM
Quantico Virginia 31 Dec 2025 at 5 AM (estimated)
Mississippi 22 Jul 2025 at 6 PM