Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2008 FBO #2491
SOLICITATION NOTICE

38 -- Sander Unit (with Installation)

Notice Date
9/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Drum, 45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W16XU782270308
 
Response Due
9/22/2008
 
Archive Date
3/21/2009
 
Point of Contact
Name: Marisa Lyon, Title: Contract Specialist, Phone: 3157726520, Fax: 3157728277
 
E-Mail Address
marisa.lyon@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
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 W16XU782270308 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 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 750 employees. 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 2008-09-22 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, Fisher 14' 304-Stainless Steel Sander, or equal, with installation on Government Owned Mack GU813 Truck. Salient Characteristics: 10-gauge 304-Stainless Steel 60" sides; installed increased rise height(4") top screens; 304-Stainless Steel Tilt Up Spinner; Poly Spinner and hold-down with rachet chain binder; Tailgate latch bar; Front Idler Adjustments and grease tubes to Rear; Rear hose with quick couplers; 36" rubber side shields; 4" increased raised height on top screens; 304-Stainless Steel sloped style cab shield. Must fit in Henderson Box HDX15X44, actual box size 14' x 6'8" less 2' x 2' hydraulic cylinder cover., 1, EA; For this solicitation, USA ACA Ft. Drum 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 Ft. Drum 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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 marisa.lyon@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses and apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. 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, apply: 52.219-6, Notice of Total Small Business Set-Aside;52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation 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;52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation - Paragraph 252.211-7003(c)(1)(ii) applicable text is "NONE";252.225-7001, Buy American Act And Balance Of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023 and its ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Contractor Facility, within 25 miles of Fort Drum. The Government will transport vehicles to a facility for performance of services, if the facility is within a 25-mile radius of Fort Drum. If a contractor facility is greater than 25 miles from Fort Drum, the contractor is responsible for transport costs beyond this point. Standard delivery terms are 30 days after receipt of order. Quoted delivery dates in excess of 30 days may be considered. New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 750 employees. CONTRACTOR MANPOWER REPORTING (CMR) REQUIREMENT: Post-award actions include Contractor Manpower Reporting. The contractor shall timely complete responses to requirements for all reports and requests for information and data, both one-time and recurring. Contractor Manpower Reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, entitled Contractor Manpower Reporting System, for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. As a result, the contractor shall report all the information required by the Contractor Manpower Reporting System. Information Required: The information requiring completion by the contractor includes, but may not be limited to the following: Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; Contract number, Requiring activity UIC, Command, Obligated Dollars; Fund cite information to include AMSCO, Dept Code, Operating Agency, BSYM, Fiscal Year of Dollars, Element of Resource, MDEP; Contractor name, address, phone number, e-mail address; Direct labor hours; Direct labor dollars; Federal Service Code (FSC); Locations of service. Reporting Period: The reporting period will be the period of contract performance. Report Completion: The contractor shall submit all required information before final invoice. Reporting Methods: Access the Contractor Manpower Reporting System database on the internet and fill-in the required data entry fields. The system can be accessed at the following internet address: <https://cmra.army.mil>
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6fffaff1898bf4db2662322f9e4ca262&tab=core&_cview=1)
 
Place of Performance
Address: Fort Drum, NY 13602<br />
Zip Code: 13602<br />
 
Record
SN01676791-W 20080921/080919222121-6fffaff1898bf4db2662322f9e4ca262 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.