Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

61 -- Diesel Generator

Notice Date
9/3/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Sill, 2418 NW Macomb Road, Fort Sill, OK 73505
 
ZIP Code
73505
 
Solicitation Number
W44XGL82113001
 
Response Due
9/4/2008
 
Archive Date
3/3/2009
 
Point of Contact
Name: Martha Livsey, Title: Contract Specialist, Phone: 5804423514, Fax: 5804428014
 
E-Mail Address
martha.livsey@us.army.mil;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number W44XGL82113001. 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. 81512_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA 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 unrestricted 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 2008-09-04 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT SILL, OK 73503 The USA ACA Fort Sill requires the following items, Brand Name or Equal, to the following: LI 001, 60kw Generator output: 60hz or 400 Hz; 416 VAC,power units and plants w/ accessory box, switch box, and fire extinguisher. Diesel 1&2, diesel A, JP4, JP5, JP8. Fuel capacity 23 gal. Generators shall have a hour meter on the control panel. Skid mounted. (Caterpillar/Kohlor)MFR PN# 60REOZJC, Brand Name or Equal., 2, EA; LI 002, 100kw Generator output: 60hz or 400 Hz; 416 VAC,power units and plants w/ accessory box, switch box, and fire extinguisher. Diesel 1&2, diesel A, JP4, JP5, JP8. Fuel capacity 23 gal. Gererator shall have a hour meter on the control panel. Skid mounted. (Caterpillar/Kohlor), MFR PN# 100REOZJD Brand Name or Equal., 1, EA; LI 003, MMG80 Mobile Generator without trailer. 120V & 220V- 1 phase and 480V - 3 phase. Skid mounted, Diesel Engine. MFR PN# Magnum MMG80. Brand Name or Equal., 1, EA; For this solicitation, USA ACA Fort Sill 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. USA ACA Fort Sill 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 Quotes MUST be good for 30 calendar days after submission. New equipment ONLY. No remanufactured products. Sellers quoting on this opportunity MUST have the item requested on an existing GSA Schedule, Open Market prices will not be considered. Seller requested to provide the following: GSA Contract Number, Expiration Date, DUN's #, Cage Code, Federal Tax ID. Delivery shall be made within 30 days or less after receipt of order (ARO) or as otherwise specified. FAR Clause 52.247-34 F.O.B.- Destination applies to this acquisition. No partial shipments unless otherwise specified. APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately 1/2 mile). Entrance to Apache Gate is on the left (south). FAR Clause 52.204-7 Central Contractor Registration and DFARS Clause 252.204-7004 Alt A Reguired Central Contractor Registration applies to this acquisition. Company must be registered in 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. In accordance with FAR Clause 52.232-36 Payment By Third Party, incorporated into this contract by reference at paragraph (b) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: The Government will process payments for supplies provided under this contract through the Government Purchase Card System. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of supplies by the Government. Payment may be suspended due to non-conforming supplies. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1. NAME AND ADDRESS. 2. CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x- xxx)). 3. DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED.The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002(a)(1), Purchases paid for with a Governmentwide commercial purchase card. The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and FAR 13.106-2(b). Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the quote opening/closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Sellers to review DFARS Clause 252.211-7003 and provide DoD unique item identification in accordance with paragraph (c)(1).The Contractor shall provide a unique item identifier for the following: (i) All delivered items for which the Governments unit acquisition cost is $5,000 or more. (ii) The following items for which the Governments unit acquisition cost is less than $5,000: Contract Line: 0001 60kw Generator0002 100kw Generator0003 60kw Generator FAR 52.212-3 Offeror Representations and Certifications- Commercial Items (Jun 2008). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 252.232-7003-ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008.252.246-7006-MATERIAL INSPECTION AND RECEIVING REPORT (MAR 2008)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ccea12b4447f377d02e1fa92ffdcd5ab&tab=core&_cview=1)
 
Place of Performance
Address: FORT SILL, OK 73503<br />
Zip Code: 73503-0501<br />
 
Record
SN01658518-W 20080905/080903223813-ccea12b4447f377d02e1fa92ffdcd5ab (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.