Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2007 FBO #2131
MODIFICATION

23 -- DETAINEE VAN

Notice Date
9/25/2007
 
Notice Type
Modification
 
Contracting Office
6026 Lakeside Blvd., Indianapolis, IN 46278
 
ZIP Code
46278
 
Solicitation Number
20032913
 
Response Due
9/27/2007
 
Archive Date
3/25/2008
 
Point of Contact
Name: Philip Fitzpatrick, Title: Contracting Officer, Phone: 3172981180, Fax: 3172981344
 
E-Mail Address
philip.fitzpatrick@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION 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 20032913 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 2005-20. The associated North American Industrial Classification System (NAICS) code for this procurement is 336111 with a small business size standard of 1,000 employees. This requirement is unrestricted 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 2007-09-27 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be SAN JUAN PR, AND ST CROIX, USVI, PR 00901 The DHS-Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, DETAINEE (prisoner) 4 X 2 VAN WAGON, FULL SIZE 15 PASSENGER, 2,999# PAYLOAD, 9,100 GROSS VEHICLE WEIGHT RATING, 231.9 LENGTH, 8 CYL. 5.4 LITER ENGINE, 255 HP, 350 TORQUE, HDA COOLING SYSTEM, 5 SPEED AUTOMATIC TRANSMISSION, REAR DRIVE, 3.55 DIFFERENTIAL, ALTINATOR 130 AMP, BATTERY 650 CCA, FUEL CAPACITY 35, DUAL SAIL MOUNT FOLDAWAY EXTERIOR REAR VIEW MIRRORS, KEYED DOOR LOCKS LEFT & RIGHT, ALL AROUND WINDOWS, INTERMITTEN @ MULTI SPEED WIPERS W/WASHERS, DUAL VERTICAL CARGO DEAR DOOR, HINGED SIDE DOOR, FRONT & REAR AIRCONDITION AND HEATER, POWER STEERING, CLOTH UPHOLSTERY, CARPET, FLOOR MATS FRONT ONLY, AM/FM RADIO WITH CLOCK, POWER ANTILOCKBRAKES FRONT & REAR, RESTRAINT SYSTEM DRIVER @ PASSANGERS, SUPPLEMENTAL RESTRAINT SYSTEM DRIVER AND FRONT PASSANGER, HDA SUSPENSION & SHOCKS, 16" DIAMETER WHEEL, LT245/R/AS TIRES, STEP TYPE W/RH2 PROVISIONS REAR BUMPER, 3YR., 36,000 MILE BUMPER TO BUMPER WARRENTY.-----RETROFIT WITH FOLLOWING TO BE INSTALLED ON VAN, MICRO TONE SIREN CONTROL HAND HELD, LIGHT BAR (BLUE-BLUE), WIG WAG HEADLIGHTS, CORNER STROBE LIGHTS, GUN BOX WITH LOCK, GUN RACK DUAL FOR SHOTGUN, BRACKET FIRE EXTINGUISHER, ALL PURPOSE FIRE EXTINGUISHER, FIBERGLASS SEAT, SPEAKER, TINT WINDOWS 40% FRONT 21% REAR, SECURITY PARTITION, SECURITY WINDOW SCREENS, SECURITY DOOR PANEL (all around to include driver and passanger), CONSOLE MOUNTING BRACKET, MOTOROLA RADIO ASTRO DIGITAL XTL5000 W7 ONE TO BE DELIVERED TO ST. CROIX AND ONE TO PUERTO RICO , 2, EA; For this solicitation, DHS-Customs and Border Protection 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-Customs and Border Protection 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 philip.fitzpatrick@dhs.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. 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. 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. Delivery shall be made within 45 days or less after receipt of order (ARO). 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. PRICE TO INCLUDE SHIPPING TO: ONE TO PUERTO RICO ONE TO ST. CROIX MUST BE PURCHASED IN PUERTO RICO
 
Web Link
www.fedbid.com (b-53144, n-9100)
(http://www.fedbid.com)
 
Place of Performance
Address: SAN JUAN PR, AND ST CROIX, USVI, PR 00901
Zip Code: 00901
Country: US
 
Record
SN01419973-W 20070927/070925223230 (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.