Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
MODIFICATION

71 -- Wardrobe Storage Lockers

Notice Date
7/13/2005
 
Notice Type
Modification
 
Contracting Office
201 Mission St Ste 2200, San Francisco, CA 94105
 
ZIP Code
94105
 
Solicitation Number
PRSBRF05041
 
Response Due
7/20/2005
 
Archive Date
8/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is PRSBRF05041 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 337214 with a small business size standard of 500 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Wednesday, July 20, 2005 at 18:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Benicia, CA 94510 The U.S. Maritime Administration Western Region - DOT requires the following items, EXACT MATCH ONLY, to the following: LI 001, STATEMENT OF WORK A. EMPLOYEE WARDROBE STORAGE LOCKERS: 1. This contract is to provide and deliver forty-five (45) fully assembled wardrobe lockers to the Suisun Bay Reserve fleet. NO INSTALLATION ON SITE IS REQUIRED. 2. The lockers should be constructed of metal. A NEUTRAL COLOR IS REQUIRED, PREFERABLY A LIGHT GREY. 3. The lockers should be designed with a section for hanging clothing, a 36 inch top shelf and at least four additional shelves located down one side of the locker. 4. The lockers shall have closeable doors that have a handle type locking device with keys. 5. The lockers shall be the following dimensions; Height 72 inches, Width 36 inches and Depth 18 inches. B. DELIVERY Suisun Bay Reserve is located approximately 4 1/2 miles north-east of Benicia, California at the Lake Herman Road Interchange to state highway 680. The delivery charges for delivering the lockers to the Suisun Bay reserve fleet shalll be included in the contractor total cost for the lockers. Delivery, DOCK-TO-DOCK, must be made during our normal working hours. The normal fleet working hours, are 7:00 AM-3: 30 PM, Monday through Friday excluding weekends and holidays. C. POINTS OF CONTACT The Suisun Bay Reserve Fleet Point of contact for this contract is Mr. Earl Johnson, Supervisory Quality Assurance Specialist, Suisun Bay Reserve Fleet. Mr. Johnson can be contacted at 707/745-6214. The Contracting Officer is Debra Velmere. Ms. Velmere can be reached at 415 744-4140. Email address is debbie.velmere@marad.dot.gov., 1, lot; For this solicitation, U.S. Maritime Administration Western Region - DOT 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. U.S. Maritime Administration Western Region - DOT is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer 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 offers, 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, contact Debra Velmere at debbie.velmere@marad.dot.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid.com - Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to debbie.velmere@marad.dot.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Delivery shall be made within 30 days or less after receipt of order (ARO).
 
Web Link
www.fedbid.com (a-18839, n-1157)
(http://www.fedbid.com)
 
Place of Performance
Address: Benicia, CA 94510
Zip Code: 94510
Country: US
 
Record
SN00846134-W 20050715/050713211936 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.