Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
MODIFICATION

W -- Dump Truck

Notice Date
7/15/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Irwin, ACA, Fort Irwin, Directorate of Contracting, Fort Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
NTC0908ROYSTER0020
 
Response Due
7/16/2009
 
Archive Date
1/12/2010
 
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
N/A
 
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 NTC0908ROYSTER0020 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 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 532412 with a small business size standard of $7.00M. This requirement is unrestricted 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 2009-07-16 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Irwin, CA 92310 The USA ACA Fort Irwin requires the following items, Meet or Exceed, to the following: LI 001, DUMP TRUCK WITH THE CAPACITY TO HOLD 10-12 CUBIC YARDS OF FILL; Vehicles shall be full of fuel upon initial delivery. Repairs and replacements shall be provided by the contractor. Contractor must acknowledge all repair calls within four hours of initial call and complete all necessary repairs within 12 hours or replace the vehicle with one that is operational. Items will be delivered to FOB Warrior on Fort Irwin, CA National Training Area. The equipment must withstand the rough high desert terrain of Fort Irwin to include 70+mph wind gusts. Delivery charge shall be included in the price. POP: 14 July - 25 July 2009, 2, EA; LI 002, Fuel Top Off - the price you will charge the government per vehicle if the vehicle is not filled with fuel. This price should be broken down as: price per gallon X size of the fuel tank. Payment will not be made if the inspection sheet is not signed by the vendor and the Contracting Office Representative before POP and after POP., 2, EA; For this solicitation, USA ACA Fort Irwin 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 Irwin 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. New or Used Equipment ONLY; NO remanufactured or "gray market" items. All items must be in good working condition. No leaks, or known mechanical malfunctions at the time of delivery. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made by 1159hrs PST on the first day of POP. The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Contractor shall remove all contracted leased equipment from the specified locations within 48 hours after the period of performance ends. Should contracted leased equipment remain in place beyond the 48 hours, the government is not liable for usage, theft, lost, damages, or replacement cost due to contractors negligence to take possession of owned items. The contractor shall coordinate with the Contracting Officer's Representative (COR) at each site to assure placement at correct locations. The contractor shall remove all equipment provided under this contract from training locations immediately after performance period has ended.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK17/NTC0908ROYSTER0020/listing.html)
 
Place of Performance
Address: Fort Irwin, CA 92310<br />
Zip Code: 92310-5095<br />
 
Record
SN01875507-W 20090717/090715235059-6863badd73f519c71a96fa5ef0aed7d4 (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.