Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
MODIFICATION

39 -- Amended: Purchasing of Forklifs (NEW ONLY)

Notice Date
3/6/2007
 
Notice Type
Modification
 
Contracting Office
415 N. 15th St., Baton Rouge, LA 70802
 
ZIP Code
70802
 
Solicitation Number
HSFELA-07-Q-0026
 
Response Due
3/8/2007
 
Archive Date
9/4/2007
 
Point of Contact
Name: Robert Doyle, Title: Contract Specialist, Phone: 7033076821, Fax: ,
 
E-Mail Address
robert.a.doyle@dhs.gov;
 
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, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is HSFELA-07-Q-0026 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 FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 423830 with a small business size standard of 100 employees. 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 2007-03-08 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Baton Rouge, LA 70802 The DHS FEMA Transition Recovery Office Louisiana requires the following items, Meet or Exceed, to the following: LI 001, YALE #MPE060F, 6000 LB capacity (The pallet jacks should be totally equipped, battery, chargers, service and warranties) - 6000lb single jack 48” fork for 1 pallet carry - walkie / riders type., 2, EA; LI 002, YALE #MPE080F, 8000 LB capacity (The pallet jacks should be totally equipped, battery, chargers, service and warranties) - 8000lb is a double jack or 96” to carry 2 pallets at one time - walkie / riders type., 3, EA; LI 003, Yale Model #GP050VX LP/GAS, VERACITOR PRODUCTIVITY, TECHTRONIX 200&200X - With the 3 stage mast with lift from 171” to 218” with 6 deg. tilt. Should have Pneumatic type tires that are foam filled, so the forklift can be used inside or outside (include service/warranties) ***SEE ATTACHED EXCEL SHEET FOR SPECIFICATIONS***, 6, EA; For this solicitation, DHS FEMA Transition Recovery Office Louisiana 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. DHS FEMA Transition Recovery Office Louisiana is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, 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, contact Robert Doyle at robert.a.doyle@dhs.gov 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. 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 fulya.patrick@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. Delivery requested is April 1st, please note number of days ARO thee items can be delivered. Reposted with clarifications. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
www.fedbid.com (b-37536_02, n-5256)
(http://www.fbo.gov/spg/DHS/FEMA/DR-1603/HSFELA-07-Q-0026/listing.html)
 
Place of Performance
Address: Baton Rouge, LA 70802
Zip Code: 70802
Country: US
 
Record
SN01245257-F 20070308/070306223249 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.