Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
MODIFICATION

49 -- auto maintenance equipment

Notice Date
9/17/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
US ARMY CONTRACTING AGENCY SOUTHERN REGION, FORT POLK, LA 71459
 
ZIP Code
71459
 
Solicitation Number
W9193H91959000
 
Response Due
9/18/2009
 
Archive Date
3/17/2010
 
Point of Contact
Name: Ronald Yoders, Title: Industrial Property Manager, Phone: 3375319548, Fax: 3375312199
 
E-Mail Address
ronald.yoders@us.army.mil;
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number W9193H91959000. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 160390_02. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-18 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be fort polk, LA 71459 The USA ACA Fort Polk requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, AC/DC WELDER, INPUT CURRENT 103/90/45 AMPS, OPEN CIRCUIT VOLTAGE 70 VOLTS, WELDING AC CURRENT RANGE 35-300 AMPS, INPUT VOLTAGE 200/230/460 VOLTS, DUTY CYCLE 30 PERCENTAGE, CURRENT RATING 250 AC AMPS, SERIES DIALARC 250, OVERAL LENGTH 19 INCHES, OVERALL HEIGHT 26 1/4 INCHES, OVERALL WIDTH 19 INCHES, 208 VOLTS, AC/DC WELDER, PRIMARY.MFR MODEL#: 907017 ; MFR PART NR: 1Z799, 1, EA; LI 002, OIL FILTER CRUSHER, AIR OPERATED, FRAME CAPACITY 10 TONS, USED FOR CRUSHING AUTOMOTIVE OIL FILTERS UP TO 3 7/8 X 9 IN, MATERIAL STEEL, INCLUDES MOUNTING STAND.MFR MODEL#: 1821MFR PART NR: 1EAP2, 3, EA; LI 003, SAFETY STORAGE CABINET, CAPACITY 45 GALLONS, STORAGE TYPE FLAMMABLE LIQUIDS, NUMBER OF SHELVES 2, DOOR TYPE MANUAL, 2 DOOR APPROVAL/LISTING FM HEIGHT 65 INCHES, WIDTH 43 INCHES, DEPTH 18 INCHESMFR PART NR: 3W209, 18, EA; LI 004, SAFETY STORAGE CABINET, CAPACITY 4 GALLONS,, NUMBER OF SHELVES 1, DOOR TYPE MANUAL, 1 DOOR HEIGHT 22 1/2 INCHES, WIDTH17 1/2 INCHES, DEPTH 18 INCHESMFR MODEL#: 1904MFR PART NR: 5U736, 30, EA; LI 005, TRANSMISSION JACK, LOW LIFT, LIFTING CAPACITY 2200LB., TILT CAPACITY FRONT 32 1/2 DEGREES, TILT CAPACITY REAR 38 DEGREES, BASE SIZE 52 INCHES, MINIMUM HEIGHT 8 1/4, MAXIMUM HEIGHT 36 1/2 INCHES, SADDLE LOW 8 1/4 INCHES, SADDLE HEIGHT 36 1/2 INCHES, SIDE 14 INCHESMFR MODEL#: 5019MFR PART NR: 5MG31, 4, EA; For this solicitation, USA ACA Fort Polk 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. A Seller 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 Polk is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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 products Bid MUST be good for 30 calendar days after submission Contractor is required to identify Terms for Payment, such as Net 30, 1%/20 days or 2%/10 days. If not furnished with the quote, Net 30 will be used on the subsequent awarded purchase order/contract. Please identify if any open market items and GSA items that can both go on the same order. If not, please identify the open market items. When providing quotes via GSA contract, identify if GSA contract Terms and Conditions read FOB Dest or FOB Origin. Customer Support for Wide Area WorkFlow (WAWF): DISA WESTHEM, Area Command Ogden, CONUS ONLY: 1-866-618-5988; COMMERCIAL: 801-605-7095; FAX COMMERCIAL: 801-605-7453; FAX DSN: 388-7453; CSCASSIG@CSD.DISA.MIL. Contractors should register in Wide Area WorkFlow (WAWF). Contractors are responsible for this registration. For informaion on WAWF log onto http://www.wawftraining.com. FOB Destination CONUS (CONtinental U.S.) As per FAR Subpart 4.11 Central Contractor Registration (CCR), prospective contractors shall be registered in the CCR database prior to award of a contract or agreement. Please visit www.ccr.gov for more information on how to register. Per FAR Subpart 4.12 - Representations and Certifications, Prospective contractors shall complete electronic annual representations and certifications at www.orca.gov. Instructions to Offerors - Commercial Items (Nov 2007). The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm Evaluation - Commercial Items (Jan 1999). The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm Offeror Representations and Certifications- Commercial Items (Nov 2007). The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm Contract Terms and Conditions-Commercial Items (Feb 2007) is incorporated by reference. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Addionally, the full text of a clause may be accessed electronically at this/these address(s): http://farsite.hill.af.mil/vffara.htm (End of clause). Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Dec 2007). The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm Brand Name or Equal (Aug 1999)is incorporated by reference. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm The contract price includes all applicable Federal, state, and local taxes and duties. 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. All payments by the Government under this contract, shall be made by electronic funds transfer (EFT). The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2007). The full text of a DFARS clause may be accessed electronically at http://farsite.hill.af.mil/VFDFAR1.HTM Central Contractor Registration (July 2006). The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm Alternate A, Central Contractor Registration (Sep 2007). The full text of a DFARS clause may be accessed electronically at http://farsite.hill.af.mil/VFDFAR1.HTM This contract incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) ALTERNATE DISPUTES RESOLUTIONIn furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (d) (2) (1) (B) (2), the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. EMERGENCY MEDICAL TREATMENTEmergency medical treatment will be provided by the Bayne-Jones Army Community Hospital in order to prevent undue suffering or loss of life. Emergencies will be treated only during the period of emergency and appropriate action will be taken to discharge or transfer such patients as soon as the emergency period ends. Charges for medical care will be at the prevailing rate and at the Contractor's expense. ADMINISTRATION RESPONSIBILITYThe Contracting Officer is responsible for the administration of this contract, and alone, is authorized to the extent indicated in this contract to take actions on behalf of the Government which result in changes in the terms of this contract, including deviations from the specifications, details and delivery schedule. All matters pertaining to Government administration of this contract should be directed to the address as identified in the contract award document. COMPLIANCE WITH REGULATIONSThe Contractor and Contractor employees shall comply with all applicable Post regulations promulgated by the Commanding General, Fort Polk, LA, as well as all applicable Federal and State safety laws and security regulations. Applicable Post regulations including, but not limited to, fire, safety, sanitation, security, and firearms or other lethal weapons, will be made available to the Contractor upon request. SECURITY SEARCHES/CHECKSThe Contractor and Contractor employees are subject to security searches/checks. Persons found in possession of firearms, ammunition, explosives, pyrotechnic devices, knives, other lethal weapons, or removing Government equipment, supplies, and/or food will be prosecuted and/or barred from the installation. The Contractor shall safeguard all Government property furnished for Contractor use. FORT POLK ACCESS CONTROLProcedures for commercial vehicle access to Fort Polk are subject to change without prior notice. Current access information may be obtained by calling the Directorate of Emergency Services (DES), Force Protection Office at (337) 531-7303. Fort Polk has implemented more restrictive access procedures for personnel who require routine access to the installation by standardizing entry protocol called the RAPIDGate Program. Companies that service Fort Polk can voluntarily enroll in the RAPIDGate Program by calling 1-977-RAPIDGATE (1-877-727-4342). If the company chooses to participate in the RAPIDGate Program, company vehicles are allowed access to Fort Polk through Gates 1, 2, 4, 5, 6 and 7 without having to obtain a one-day pass, undergo a security screening or a vehicle inspection, etc. Companies that choose not to participate in the RAPIDGate Program will be allowed to access Fort Polk through Gate 1 in passenger vehicles. All commercial vehicles over 1 ton will use Gates 4 and 7. In addition prior to entering the installation, each individual must obtain a day pass and undergo a security screening. Vehicle inspection will be mandatory. All vehicle occupants must be prepared to provide a photo ID and receive a pass at the Visitor Center located at Gate 1. The driver of the vehicle will be required to provide drivers license, proof of vehicle registration and proof of insurance. Sellers should document by line item which are on GSA Schedule and which item(s) are being offered Open Market.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK25/W9193H91959000/listing.html)
 
Place of Performance
Address: fort polk, LA 71459
Zip Code: 71459
 
Record
SN01959037-W 20090919/090918000208-d1197c28e90a3eb65ffd59b2646ce1e8 (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.