Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2007 FBO #2128
MODIFICATION

54 -- Metal Pavillion Kit

Notice Date
9/22/2007
 
Notice Type
Modification
 
Contracting Office
T 45 West St, Fort Drum, NY 13602
 
ZIP Code
13602-5220
 
Solicitation Number
W16XU772350005
 
Response Due
9/24/2007
 
Archive Date
3/22/2008
 
Point of Contact
Name: Jean Marie Marriam, Title: Contract Specialist, Phone: 3157725397, Fax: 3157728277,
 
E-Mail Address
jeanmarie.marriam@us.army.mil;
 
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 W16XU772350005 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 2005-19. The associated North American Industrial Classification System (NAICS) code for this procurement is 444190 with a small business size standard of $6M. 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 2007-09-24 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Mesa Model 24 x 24 with roof dimensions 24' x 24', frame dimensions 19'-10 1/4" x 19' - 101/4", minimum clearance 7'6", roof height at peak 11'7", hip roof 4:12 pitch, square feet under roof 576, columns shall be 7"x7" square steel tube minimum .188 wall thickness, all beams shall be steel tube sized, all bolts shall be A-325 or A-307 hard hidden at all connections, roofing shall be 24 ga. HR-36 steel pre-cut and pre-finished with 20yr warranty on top with roof color 30YY 22/059 grey tweed, column color shall be Sequoia R0202A, trim shall be 24ga pre-finished to match roofing, fascia trim minimum size shall be 31/2" x 31/2" square, 24 ga, cee channels open or closed, "S" or "Zee" purlins, "I" beams or angle iron shall not be allowed., 1, EA; For this solicitation, USA ACA Ft. Drum 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. USA ACA Ft. Drum 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. 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 jeanmarie.marriam@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. 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: 52.219-6,52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-36, 52.222-50, 52.225-13, 52.232-33. FAR 52.211-6 Brand Name or Equal, FAR 52.212-1 Instructions to Offeror’s, FAR 52.212-2 - Evaluation-Commercial Items (the following factors shall be used to evaluate offers: Award shall be made to the low responsible, responsive quoter); 52.212-3 Offeror Representations and Certifications. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following clauses within DFAR Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commerical Items, will apply: 252.225-7001, 252.232-7003, 252.232-7010, 252.447-7023. 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. CCR Requirement - Company must be registered on Central Contractor Registration (CCR). If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Vendor must be registered in ORCA. Information may be found at https://orca.bpn.gov/ The “FBO” provision located under the Contract/Bidding Req instruction is amended to change the following,this solicitation is being issued as a Request For Quote (RFQ) not an Invitation For Bid (IFB). Delivery Conus 13602 NLT 45 days ARO. Offeror must provide technical specifications directly to jeanmarie.marriam@us.army.mil if offeror is quoting an ALTERNATIVE no later than the closing date and time for this solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-SEP-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-51993, n-8878)
(http://www.fbo.gov/spg/USA/DABJ/DABJ17/W16XU772350005/listing.html)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
Country: US
 
Record
SN01416274-F 20070924/070923000029 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.