Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2009 FBO #2867
MODIFICATION

25 -- AXLES WITH BRAKE ASSEMBLY

Notice Date
9/28/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
500 C STREET, SW,, WASHINGTON, DC 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-09-Q-171
 
Response Due
9/28/2009
 
Archive Date
3/27/2010
 
Point of Contact
Name: Mary Petruzzo, Title: CONTRACT SPECIALIST, Phone: 202-646-2603, Fax:
 
E-Mail Address
mary.petruzzo@dhs.gov;
 
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 HSFEHQ-09-Q-171 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 336399 with a small business size standard of 750.00 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 2009-09-28 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be BATON ROUGE, LA 70814 The DHS FEMA Logistics Section requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Axels will be used on travel trailers: Axles with brake assembly for 6 lug, 5200lbs weight capacity and 84 from hub face to hub face., 30, EA; LI 002, Axels will be used on travel trailers: Axles with brake assembly for 5 lug, 3500lbs weight capacity and 84 from hub face to hub face., 70, EA; LI 003, Axels will be used on mobile home/park model: 95 from hub face to hub face Axles with brake assembly with leaf spring, WEIGHT CAPACITY IS 6000-7000 LBS., 250, EA; LI 004, Axels will be used on mobile homes: 99.5 from hub face to hub face Axles with brake assembly with leaf spring, WEIGHT CAPACITY IS 6000-7000 LBS., 125, EA; LI 005, Axels will be used on mobile homes: 101.5 from hub face to hub face Axles with brake assembly with leaf spring, WEIGHT CAPACITY IS 6000-7000 LBS., 125, EA; LI 006, Axels will be used on mobile home/park model: Idler axles 95 from hub face to hub face with leaf spring, WEIGHT CAPACITY IS 6000-7000 LBS., 400, EA; LI 007, Axels will be used on mobile homes: Idler axles 99.5 from hub face to hub face with leaf spring, WEIGHT CAPACITY IS 6000-7000 LBS., 200, EA; LI 008, Axels will be used on mobile homes: Idler axles 101.5 from hub face to hub face with leaf spring, WEIGHT CAPACITY IS 6000-7000 LBS., 200, EA; For this solicitation, DHS FEMA Logistics Section 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. DHS FEMA Logistics Section 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. 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): 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d).; 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)).; 52.222-3, Convict Labor (June 2003) (E.O. 11755).; 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126).; 52.222-21, Prohibition of Segregated Facilities (Feb 1999).; 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).; 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212).; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201).; 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b).; 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).; THE GOVERNMENT WILL EVALUATE OFFERORS BASED UPON PAST PERFORMANCE, TECHNICAL SPECIFICATIONS AND PRICE. OFFERORS WILL BE EVALUATED BASED UPON PAST PERFORMANCE. OFFERORS SHALL PROVIDE THREE (3) PAST PERFORMANCE REFERENCES TO INCLUDE THE NAME AND CONTACT INFORMATION, THE QUANTITY OF THE ITEM PROVIDED, AND THE ITEM(S). THE PAST PERFORMANCE MUST SHALL REFLECT SIMILAR PRODUCTS AND SCOPE (IN TERMS OF SIZE AND QUANTIY) TO ALLOW THE GOVERNMENT TO EVALUATE THE ABILITY OF THE CONTRACTOR TO DELIVER THE ITEMS. THE OFFEROR SHALL PROVIDE THE SPECIFICATIONS OF THE PROPOSED PRODUCT. IN ADDITION, THE ABILITY TO DELIVER THE PRODUCT WITHIN THE REQUIRED DELIVERY TIME WILL BE CONSIDERED IN MAKING THE AWARD. THE GOVERNMENT WILL AWARD A CONTRACT TO THE LOW PRICE OFFEROR WHO IS TECHNICALLY ACCEPTABLE, CONSIDERING THE ABOVE EVALUATION CRITERIA. THE GOVERNMENT WILL ACCEPT QUESTIONS RELATED TO THIS SOLICITATION THROUGH FRIDAY SEPTEMBER 25, 2009, 8:00AM EST AFTER WHICH TIME QUESTIONS WILL NO LONGER BE ACCEPTED. ANSWERS TO CONTRACTORS QUESTIONS WILL BE POSTED VIA FEDBID AND FEDBIZZOPS FOR ALL OFFERORS. OFFERS SHALL BE REGISTERED IN ORCA PRIOR TO BEING AWARDED A CONTRACT. OFFERORS MAY REGISTER AT https://orca.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFEHQ-09-Q-171/listing.html)
 
Place of Performance
Address: BATON ROUGE, LA 70814
Zip Code: 70814
 
Record
SN01973293-W 20090930/090929000517-89daec044b91c614efbc3bff3da43a91 (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.