Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2008 FBO #2315
MODIFICATION

41 -- Heater Strips

Notice Date
3/27/2008
 
Notice Type
Modification
 
Contracting Office
2021 Club Road, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
W911SG08T0186
 
Response Due
4/3/2008
 
Archive Date
9/30/2008
 
Point of Contact
Name: Carol Mack, Title: Contract Specialist, Phone: 9155686858, Fax: 9155680836
 
E-Mail Address
carol.mack@conus.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 W911SG08T0186 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 2005-21. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220 with a small business size standard of $13M. 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 2008-04-03 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Chaparral, NM 88021 The USA ACA Fort Bliss requires the following items, Exact Match Only, to the following: LI 001, Furnish and install Heater Strips, Part #CRHEATER117A00. The contractor shall furnish all labor, parts and materials, transportation, equipment, and any other essentials necessary to furnish and install heater strips, part #CRHEATER117A00 in accordance with manufacturers installation instructions, applicable codes to include the National Electric Code, Mechanical Codes and NFPALife Safety Code, and in accordance with the US Army Corp of Engineers Safety and Health Requirements., 80, EA; For this solicitation, USA ACA Fort Bliss 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 Fort Bliss is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, 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. The following FAR Clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items (NOV 2007); 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2007); FAR 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order--Commercial Items (Dec 2007); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984). 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 (DEC 2007), apply: 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor (AUG 2007), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-50 Combating Trafficking in Persons (AUG 2007), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006), 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration(OCT 2003). Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Offeror is required to be actively registered with the Central Contractor Registry (CCR) to be considered for award. Information may be found at www.ccr.gov. The following DFAR clauses apply to this acquisition: DFAR 252.204-7003 Control of Government Personnel Work Product (APR 1992), DFAR 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (SEP 2007), DFAR 252.232-7010 Levies on Contract Payments (DEC 2006), 252.711-7003 Item Identification and Valuation (JUN 2005), and DFAR 252.212-7001. The following clauses in paragraph (b) of DFAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), apply: 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) and 252.232-7003 Electronic Submission of Payment Requests (MAR 2007). 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov . New equipment only, no remanufactured products. FOB Destination
 
Web Link
www.fedbid.com (b-63803_03, n-11324)
(http://www.fedbid.com)
 
Place of Performance
Address: Chaparral, NM 88021
Zip Code: 88021
Country: US
 
Record
SN01543374-W 20080329/080327224838 (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.