Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

40 -- Synthetic Mooring Line

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
201 Mission St Ste 2200, San Francisco, CA 94105
 
ZIP Code
94105
 
Solicitation Number
DTMA4R07002
 
Response Due
8/24/2007
 
Archive Date
2/20/2008
 
Small Business Set-Aside
Total Small Business
 
Description
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 DTMA4R07002 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 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 314991 with a small business size standard of 500 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 2007-08-24 17:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Benicia, CA 94510 The Maritime Administation Western Region requires the following items, Meet or Exceed, to the following: LI 001, The Maritime Administration, Suisun Bay Reserve Fleet (SBRF) is seeking to procure high-performance synthetic line to replace the 7/8? extra improved plow steel wire rope that it currently uses to moor ships in the National Defense Reserve Fleet. Synthetic lines to be considered for this procurement are to have the following characteristics: ? Line shall have a minimum tensile strength of no less than 79,600 lbs. based on industry standards as published by the Cordage Institute. ? Nominal diameter shall not exceed 1-??. ? Weight shall not exceed 45 lbs per 100 feet. ? UV resistant ? Abrasion resistant ? Low elongation ? Torque resistant The contractor shall provide mooring lines as specified above. Each line shall be 600 feet in length and shall have a six (6) foot eye spliced in one end, with chafing material installed in the eye. The completed mooring lines are to be delivered within 35 days of award. Prior to bid closing, bidders shall submit to the Contracting Officer a technical data sheet for each type of synthetic line they are offering, attesting to the characteristics detailed above, before their bid will be accepted. , 7, EA; For this solicitation, Maritime Administation Western Region 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. Maritime Administation Western Region 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, 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. 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 debbie.velmere@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. For this specific procurement prior to bid closing, bidders shall submit to the Contracting Officer a technical data sheet for each type of synthetic line they are offering, attesting to the characteristics detailed above, before their bid will be accepted. Payment by Electronic Funds Transfer Evaluation?Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical requirements, Vendors Terms and Conditions, and Price (1) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (iv) offerors terms and conditions. Technical and past performance, and Terms and Conditions when combined, are more important then price. (b) Options are not applicable. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Deliver to: Suisun Bay Reserve Fleet, 2595 Lake Herman Road, Benicia CA 94510 within 35 days of receipt of award.
 
Web Link
www.fedbid.com (b-47129_03, n-7382)
(http://www.fedbid.com)
 
Place of Performance
Address: Benicia, CA 94510
Zip Code: 94510
Country: US
 
Record
SN01379440-W 20070823/070822065521 (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.