Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2009 FBO #2792
MODIFICATION

25 -- John Deere Attachments

Notice Date
7/17/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Carson, 1676 Evans St. (Building 1220), Ft. Carson, CO 80913
 
ZIP Code
80913
 
Solicitation Number
W911RZ--09-T-0242
 
Response Due
7/21/2009
 
Archive Date
1/17/2010
 
Point of Contact
Name: Ashley Henson, Title: Contract Specialist, Phone: 719-526-0688, Fax: 719-526-6622
 
E-Mail Address
ashley.henson@us.army.mil;
 
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 W911RZ--09-T-0242 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 336360 with a small business size standard of 500.00 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 2009-07-21 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT CARSON, CO 80913 The USA ACA Fort Carson requires the following items, Brand Name or Equal, to the following: LI 001, MCD-UV Tough Broom. Brand Name or Equal. Mechanical Center Drive Broom. Minimum Specifications: 25" x 60" wide, broom speed of 180 RPM, 25 degree left/right swing, and total lift height of 7". Broom shall be poly/wire combination. Broom shall be manual start, lift, and swing. MUST be compatible with John Deere HPX Gator., 6, EA; LI 002, John Deere 2 Inch Receiver Hitch. Brand Name or Equal. Minimum Specifications: capable of towing 1,300 pounds with a tongue load limit of 130 pounds. Hitch shall be able to mount to the front of the HPX Gator. MUST be compatible with John Deere HPX Gator and Line Item 001., 6, EA; For this solicitation, USA ACA Fort Carson 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 Carson 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 Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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 within 30 days or less after receipt of order (ARO). 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 Government will award a purchase order resulting from this solicitation to the responsible offeror whose technically acceptable offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical, and delivery date. Offers will be evaluated on a pass or fail basis to determine whether the proposed equipment meets the salient physical, functional, or performance characteristics of the brand of equipment. Contractors shall include in the offer description literature such as illustrations, drawings, and samples. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. All invoices shall be uploaded through Wide Area Workflow. Information is available at https://wawf.eb.mil The contractor shall provide a signed copy of the Buy American Act Certificate with their quote. A copy of the clause 252.225-7001 can be viewed at http://farsite.hill.af.mil/VFDFARA.HTM 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 ashley.henson@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The following provisions will be in the contract and may be viewed at http://farsite.hill.af.mil/ : 252.204-7004 Alternate A (Central Contractor Registration) (Sep 2007), 52.211-6 (Brand Name or Equal) (Aug 1999), 52.212-1 (Instructions to Offerors- Commercial Items) (Jun 2008), 52.212-2 (Evaluation- Commercial Items) (Jan 1999), 52.212-3 (Offeror Representations and Certifications- Commercial Items) (Jun 2008). The following clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/: 52.204-7 (Central Contractor Registration) (Apr 2008), 52.212-4 (Contract Terms and Conditions Commercial Items) (Feb 2007), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items) (Sep 2008), 52.219-6 (Notice of Total Small Business Set Aside) (Jun 2003), 52.219-28 (Small Business Representation) (Jun 2007), 52.222-3 (Convict Labor) (Jun 2003), 52.222-21 (Prohibition of segregated facilities) (Feb 1999), 52.222-26 (Equal Opportunity) (Mar 2007), 52.222-36 (Affirmative Action for Workers with Disabilities) (Jun 1998), 52.222-50 (Combat Trafficking in Persons) (Aug 2007), 52.232-33 (Payment by Electronic Funds Transfer Central Contractor Registration) (Oct 2003) or 52.232-36 (Payment by Third Party) (May 1999),52.225-13 (Restrictions on Certain Foreign Purchases) (Feb 2006), 52.247-34 (FOB Destination) (Nov 1999), 52.252-2 (Clauses Incorporated by Reference) (Feb 1998). The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The following DFAR clauses shall apply: 252.204-7004 Alternate A Central Contractor Registration, 252.211-7003 ALT I (Item Identification and Valuation) (Aug 2008), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) (Sep 2008), 252.225-7001 (Buy American Act and Balance of Payments) (Jun 2005), 252.232-7003 (Electronic Submission of Payment Requests) (Mar 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ13/W911RZ--09-T-0242/listing.html)
 
Place of Performance
Address: FORT CARSON, CO 80913<br />
Zip Code: 80913-5198<br />
 
Record
SN01878982-W 20090719/090717235652-f5ebab6f03a7098cc4c9c29283608327 (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.