Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

61 -- Diesel Generators

Notice Date
6/24/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, SFCA-NR-DW, Duway Proving Ground, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB81480111
 
Response Due
6/27/2008
 
Archive Date
12/24/2008
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number W909NB81480111. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 71872_01. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-06-27 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Dugway, UT 84022 The US ACA Dugway Proving Grounds requires the following items, Exact Match Only, to the following: LI 001, 500 kW (437.5 kVA) 60 Hz, Detroit Diesel, Model 5000RXS6DT3, three phase, diesel fueled, liquid cooled, 1800 RPM, electric start, Tier 3, UL listed. 1,000 gallon double wall steel sub base tank, battery cables, battery box, flex fuel connector, oil drain extension, lube oil and anti-freeze, isochronous governor +/-.25%, Digital control panel, automatic shutdowns, batteries, block heat, 480 volt 600 amp breaker. 2 year 3000 hour warranty.Sound Enclosed., 1, EA; LI 002, 1500 kW (1875 kVA) 60 Hz, Detroit Diesel, Model 1500RXC6DT2, three phase, diesel fueled, liquid cooled, 1800 RPM, electric start, Tier 3, 960 gallon double wall steel sub base tank, battery cables, battery box, flex fuel connector, oil drain extension, lube oil and anti-freeze, Isochronous Governor +/-.25%, Digital control panel, automatic shutdowns, batteries, block heat, 480 volt 2500 Amp breaker. 2 year 3000 hour warranty. Sound Enclosed., 1, EA; LI 003, Transfer Switches. ASCO series 300 Automatic, Enclosed NEMA 3R, Standard transition, 1000 util amps, 4 poles, 3 phase, 480 Volt., 2, EA; LI 004, Battery Chargers - Charles Basic Elecronics, 5 amp, 12 VDC, 120 VAC. Ammeter., 2, EA; LI 005, Lead Acid Battery. 12 Volt, 1000 CCA., 2, EA; For this solicitation, US ACA Dugway Proving Grounds 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US ACA Dugway Proving Grounds is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments. Bid MUST be good for a minimum of 30 calendar days after submission. New equipment ONLY, NO remanufactured products Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card "A" numbers or social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a)January 1st(b)3rd Monday in January(c)3rd Monday in February(d)Last Monday in May(e)July 4th (f)1st Monday in September(g)2nd Monday in October(h)November 11th (i)4th Thursday in November(j)December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. 52.247-34. F.O.B. Destination NOV 1991. The full text of the FAR clauses may be accessed electronically at http://www.acqnet.gov/far Specifically, the following clauses cited are applicable to this requirement 252.212-7000 Offeror Representations and Certifications - Commercial Items; 252.211-7003 ITEM IDENTIFICATION AND VALUATION, 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICALBE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS; 252.225-7020 Trade Agreements Certificate; 252.225-7021 Trade Agreements; 252.225-7014 PREFERENCE FOR DOMESTIC SPECIALITY METALS (JUN 2005); 252.227-7015 TECHNICAL DATA--COMMERCIAL ITEMS (NOV 1995); 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (SEP 1999); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2007); 252.247-7023; 252.247-7004 ALT A CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A,OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (SEP 2007) ALTERNATE I (APR 2002), The full text of the DFARS clauses may be accessed electronically at http://www.acqnet.gov/far. The following FAR clauses apply: 52.232-33, payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003)(31 U.S.C.3332).The full text of the FARS clauses may be accessed electronically at http://www.acqnet.gov/far. Specifically, the following clauses cited are applicable to this requirement FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION, 52.212-4 CONTRACTOR TERMS AND CONDITIONS--COMMERCIAL ITEMS; 52.219-27 Notice of Total Service Disabled Veteran-Owned Small Business Set Aside; 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION; 52.222-3 CONVICT LABOR; 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; 52.222-26 EQUAL OPPORTUNITY; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-50 COMBATING TRAFFICKING IN PERSONS (AUG 2007) (APPLIES TO ALL CONTRACTS); 52.225-13 RESTRICTIONON CERTAIN FOREIGN PURCHASES (FEB 2006) (E.O.s, PROCLAMATIONS, AND STATUTES ADMINISTERED BY THE OFFICE OF FOREIGN ASSETS CONTROL OF THE DEPARTMENT OF TREASURY); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION (OCT 2003) (31 U.S.C. 3332), 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS.The full text of the FAR clauses may be accessed electronically at http://www.acqnet.gov/far (a) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I needs to be included. (b) 52.219-28 Post Award Small Business Program Rerepresentation (c) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (d) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (e) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (a) 252.225-7012, Preference for Certain Domestic Commodities (b) 252.243-7002, Requests for Equitable Adjustment (c) 52.203-3, Gratuities ARMY CONTRACTING AGENCY EXECUTIVE LEVEL AGENCY PROTEST PROGRAM. (APR 2004) (a)This contract is eligible for the HQ, Army Contracting Agency (ACA) Executive-Level Agency Protest (ELAP) program, as an alternative to the usual provisions applicable for Agency protests under FAR 33.103. An ELAP is a "PROTEST TO THE AGENCY," within the meaning of FAR 33.103. The ELAP is intended to encourage interested parties to seek resolution of their concerns within ACA, rather than filing a protest with the General Accounting Office (GAO) or other external forum. After an interested party files an ELAP protest on an ACA procurement to HQ, ACA and while that protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If a protest is filed with an external forum on the same solicitation as the ACA ELAP protest, the ACA, ELAP protest will be dismissed. A party wishing to file an agency protest may either file a normal agency protest where the resolution is made at the contracting officers level; or, in the alternative, file an ELAP protest, where resolution is made at HQ, ACA. (b)An interested party may file a written protest to the Agency under the Executive-Level Agency Protest program for contract solicitations arising and performed within the continental United States. Such Executive-Level Agency protests are limited to objections to any of the following: (1)A solicitation or other request by an agency for offers for a contract for the procurement of property or services. (2)The cancellation of the solicitation or other request. (3)An award or proposed award of the contract. (4)A termination or cancellation of an award of the contract, if the written objection contains an allegation that the termination or cancellation is based in whole or in part on improprieties concerning the award of the contract.(c)Voluntary Automatic Stay. This clause describes the circumstances under which the ACA voluntarily agrees to stay performance of a contract in consideration of a decision by an interested party to file an Army Contracting Agency (ACA) Executive Level Agency Protest (ELAP), as permitted by FAR 33.103(f)(4).(1)In a standard post-award agency protest, the agency must not proceed with contract performance, pending resolution of the protest. This is known as an automatic stay and it mirrors the stay required under a timely post-award protest to the General Accounting Office (GAO) under 31 U.S. Code 3553(c) and FAR 33.104(c) (a Competition in Contracting Act (CICA) Stay). However, if the agency determines that performance must proceed, based upon the criteria set forth in FAR 33.103(f)(1), the automatic stay may be overridden. This is known as an automatic stay override. ACRONYM (MEANING): FAR (Federal Acquisition Regulation), DFARS (DoD FAR supplement), CLIN (Contract Line Item Number), SUB-CLIN or SLIN (Contract Subline Item Number), OSHA (Occupational Safety Health Act), FOB (Free-on-Board), PCO (Procuring Contracting Officer), CFR (Code of Federal Regulations), LSA (Labor Surplus Area), SF (Standard Form), DD/DOD (Department of Defense), NSP (Not Separately)Priced
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d4c4630134c8e4936661d92508af1a7a&tab=core&_cview=1)
 
Place of Performance
Address: Dugway, UT 84022
Zip Code: 84022-5000
 
Record
SN01599539-W 20080626/080624215408-d4c4630134c8e4936661d92508af1a7a (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.