Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOLICITATION NOTICE

25 -- Truck Bed Hydraulic Crane

Notice Date
2/17/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, MICC Fort Lewis, Bldg 2015 Box 339500, Fort Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W68NE6-09-Q-110001
 
Response Due
3/3/2009
 
Archive Date
8/30/2009
 
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
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 W68NE6-09-Q-110001 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 336112 with a small business size standard of 1,000 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 2009-03-03 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Lewis, WA 98433 The USA ACA Fort Lewis requires the following items, Meet or Exceed, to the following: LI 001, TRUCK BED CRANE: HYDRAULIC, 4-TON MIN; KNUCKLE TYPE W/1-2 EXTENTIONS; FULL EXTENDED REACH MIN: 24FT; LIFT CAPACITY MIN: 800LB; ROTATION ARC:360DEGREES; DESIGN FLOW MIN: 3.65GPM; DESIGN PRESSURE MIN: 2456 PSI; LIFT HOOK: 2-TON SWIVEL TYPE; CONTROLS LEVERS: DUAL STATION; RATAED CAPACITY MIN: 19,080 FT/LBS; OUTRIGGERS: 2 EA, MANUAL PULL OUT, POWER OPS; SAFETY VALVES ON ALL CYLINDERS; CRANE WEIGHT: LESS THAN 1200 LBS. INSTALLATION REQ'S: SLIDE TRUCK BED BACK 24 IN; EXTEND FRAME AS NEEDED TO ACCOMMODATE LIFTGATE; REMOVE/REINSTALL TOOL BOX(ES)., 2, EA; LI 002, CRANE INSTALLATION: Installation requires the contractor install CLIN 0001 on Government Vehicles. Contractor is to extend frame and slide truck bed back 24 inches; extension of frame shall be as needed to accommodate trucks liftgate; contractor shall remove/reinstall tool box(es) as needed. Government Furnished Vehicles: Vehicle #1: 5-ton, International 4200, GSA tag G71-01692, PW #A729, VIN: 1HTMPAFM43H573750 Vehicle # 2: 5-ton, International 4200, GSA tag G71-01691, PW #A727, VIN: 1HTMPAFM53H574597, 2, EA; LI 003, PICKUP/DELIVERY OF GOVERNMENT VEHICLES: Contractor shall pickup and return government furnished vehicles upon completion of installation, 2, EA; For this solicitation, USA ACA Fort Lewis 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 Lewis 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.10. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting CommandEnterprise and Installation OperationsChief, Supply BranchBOX 339500, MS 19FORT LEWIS, WA 98433-9500Facsimile number 253-967-3844 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to:HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Quote MUST be good for 30 days after Reverse Auction closing date. Questions concerning this quote must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date will not be considered. The contractor shall not hire any individual to perform work on Fort Lewis or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Lewis or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. 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, applies to this acquisition. 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: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. New equipment/parts only. No remanufactured products. Offers will be evaluated based on price and delivery. Price is the most important factor. Offers will be evaluated based on price and technical acceptability. Quoter certifies that the product quoted meets or exceeds all minimum requirements as stated in the quote. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.) The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. Quoters are urged and expected to inspect the site where the work will be performed and to satisfy themselves regarding all general and local conditions that my affect the cost of award performance, to the extent that the information is reasonably obtainable. The purpose of this conference is to eliminate any possible misunderstandings of the terms of the solicitation. Prospective Quoters are urged to attend and submit any questions they may have in advance by e-mail to Max Putnam, Contract Specialist, by close of business on 23 Feb 2009. Remarks and explanations at the conference shall not qualify the terms of the solicitation and specifications. Unless the solicitation is amended in writing, it will remain unchanged. (a) In no event shall failure to inspect the site constitute grounds for a claim or adjustment after award. (b) A site visit and pre-solicitation conference for work at Fort Lewis, Washington has been scheduled for 0930 Hours on 24 Feb 2009. Participants will meet at Building 1210. POC for Site Visit: Rosa Diax, 253-366-3997, rosa.diaz@us.army.mil. (c) Please contact Rosa Diax to inform him/her that you plan on attending the site visit at Fort Lewis, Washington, either by email at rosa.diaz@us.army.mil. Please reference to solicitation number (W68NE6-09-Q-5NE11) when emailing. (e) No other site visits will be authorized.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=47eebf4aa1c34ca84e2c56899c8ec216&tab=core&_cview=1)
 
Place of Performance
Address: Fort Lewis, WA 98433<br />
Zip Code: 98433<br />
 
Record
SN01751662-W 20090219/090217220107-47eebf4aa1c34ca84e2c56899c8ec216 (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.