Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
MODIFICATION

81 -- Non-Deployable Commercial 20 ft MILVANS

Notice Date
8/17/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, MICC DOC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
WK4XH892020402
 
Response Due
8/19/2009
 
Archive Date
2/15/2010
 
Point of Contact
Name: Bonny Dylewski, Title: Contingency Contracting Officer, Phone: (785)239-6320, Fax:
 
E-Mail Address
bonny.dylewski@conus.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 WK4XH892020402 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 332439 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 2009-08-19 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT RILEY, KS 66442 The USA ACA Fort Riley requires the following items, Brand Name or Equal, to the following: LI 001, 20' MILVANS. Non-Deployable Commercial MILVANS to be used for storage. New condition. All containers shall not be transportation certified. MILVANs shall be free of major damage, be water-tight with functioning doors, and be weather, dust, and sand proof structures. Dimensions of MILVAN: 240" long x 96" high x 96" wide (or 20 ft long x 8 ft high x 8 ft wide). Empty Weight: o/a 3,500 lbs. Cargo Capacity: 41,300 lbs. Each container must be painted a flat tan/beige color. MILVANS shall be stackable and compatible with standard military transport vehicles/container handling equipment -- 2.5 ton, 5 ton, Forklifts, FMTV, LMTV, HEMET, Flat Rack, CROP, etc.... Each MILVAN shall have 2 roll-up doors located on one side wall IN PLACE OF the original container doors normally located on either of the end walls. (See TECHNICAL EXHIBIT A attachment for visual example of the 2 roll-up doors required on the one side wall). Contractor shall remove any standard doors located on the end walls; any end doors shall NOT be allowed to remain in place, so there should only be walls at the front and back ends. Vendor shall provide in their offer, the dimensions they provided for each roll-up door. Offeror/vendor may be required to provide a picture of the MILVAN from the vendor upon request by the customer. Awarded vendor is responsible for delivery to customer. Customer is responsible for offloading at customer delivery location. Awarded vendor shall ship all MILVAN containers "as is" (with commercial ISO numbers and Data Plates). Upon request prior to contract award, the vendor shall provide container ISO numbers for the each 20 ft MILVAN to be delivered., 40, EA; For this solicitation, USA ACA Fort Riley 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 Riley 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. All containers shall not be transportation certified. 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 21 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 21 - 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. The Government intends to award to the responsible offeror(s) whose offer conforming to the synopsis/solicitation will be the most advantageous to the Government based on the best value. Offers to this RFQ will be evaluated based on Price, Delivery, Past Performance, and Ability to Meet the Needs of the Government of the requested requirement, with all factors being equal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ41/WK4XH892020402/listing.html)
 
Place of Performance
Address: FORT RILEY, KS 66442<br />
Zip Code: 66442<br />
 
Record
SN01913712-W 20090819/090817235931-0856021c5f64794274426d19b88155dd (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.