Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
MODIFICATION

23 -- ALL TERRAIN VEHICLES (Louisiana and/or Mississippi Vendors Only)

Notice Date
4/7/2008
 
Notice Type
Modification/Amendment/Cancel
 
Contracting Office
415 N. 15th Street, Baton Rouge, LA 70802
 
ZIP Code
70802
 
Solicitation Number
LOG10638_10635
 
Response Due
4/8/2008 5:00:00 PM
 
Archive Date
10/5/2008
 
Point of Contact
Name: Tisha Lee, Title: Contract Specialist, Phone: 2253347702, Fax:
 
E-Mail Address
tisha.lee@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 LOG10638_10635 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 441221 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 2008-04-08 10:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS FEMA Transition Recovery Office Louisiana requires the following items, Brand Name or Equal, to the following: LI 001, KUBOTA RTV 900 DIESEL WITH WINDSHIELD AND ROOF. DELIVERY SHALL BE MADE TO KROTZ SPRINGS STAGING AREA, 586 SCHEXNAYDER LANE, MELVILLE LA 7153., 8, EA; LI 002, KUBOTA RTV 900 DIESEL WITH WINDSHIELD AND ROOF. DELIVERY SHALL BE MADE TO DERIDDER AIRPORT STAGING AREA, 365 OLD AIRPORT ROAD, DERIDDER, LA 70634, 4, 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, 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. 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.226-4, 52.232-33. 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; 52.225-1, Buy American Act - Supplies; 52.225-2 Buy American Act Certificate; 52.226-3, Disaster or Emergency Area Representation and 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area apply to this acquisition. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. This acquisition is set-aside for vendors residing or primarily doing business within the State of Louisiana and/or Mississippi. Quotes shall not be considered if the vendor is not able to establish compliance with these provisions. The vendor shall clearly and convincingly establish that the firm resides or primarily does business within the State of Louisiana and/or Mississippi. Delivery shall be made no later than fifteen (15) days after receipt of order (ARO). Please quote FOB destination and delivery shall be included in the fixed price per unit. No partial shipments unless specifically authorized at the time of award. Award shall be based on delivery and price due to the immediate need. New equipment only, no remanufactured/refurbished equipment
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=755245054cd59cb4b4f0dea248c7a261&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN01548867-W 20080409/080407220641-755245054cd59cb4b4f0dea248c7a261 (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.