Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
MODIFICATION

43 -- RECOVERY--43--RECOVERY - Pump and Power Unit

Notice Date
4/15/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
US Fish & Wildlife Service, Denver, CO 80225
 
ZIP Code
80225
 
Solicitation Number
60181AQ031
 
Response Due
4/22/2010
 
Archive Date
10/19/2010
 
Point of Contact
Name: Scott Rogers, Title: Contract Specialist, Phone: 303-236-4335, Fax: 303-236-4791
 
E-Mail Address
scott_rogers@fws.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 60181AQ031 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 333913 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 2010-04-22 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Green River, WY 82935 The DOI Fish & Wildlife Service requires the following items, Meet or Exceed, to the following: LI 001, Pump per attached specifications., 1, EA; LI 002, Power Unit per attached specifications., 1, EA; LI 003, Include shipping price. FOB destination-see shipping address., 1, LOT; For this solicitation, DOI Fish & Wildlife Service 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. DOI Fish & Wildlife Service 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. See Evaluation-Commercial Items. 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): 52.219-06, 52.222-03, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.247-64. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. FWS 1452.242-07 PAID The provisions at 52.225-1, Buy American ActSupplies (Feb 2009), apply to this acquisition. Submit Buy America Certificate (attached) with your quote. Evaluation-Commercial Items The provisions at 52.212-2, Evaluation-Commercial Items, apply to this acquisition. The Government will award a firm fixed price supply contract from this solicitation to the responsible Offeror whose quote represents the best value to the Government and whose proposal meets the requirements of the solicitation. The following criteria apply: Offerors shall be evaluated and awarded based on an integrated assessment of the following: A. Meet or exceed the acceptability standards for non-price factors. B. Delivery time. C. Price (shall be reviewed for fairness and reasonableness through comparison of offered prices and verification of consistency of the offered price). Non-price evaluation factors, acceptability and delivery time, when combined, are approximately equal to cost or price. The provisions at 52.212-1, Instructions to Offerors, apply to this acquisition. In your quote, please provide: company name, address, telephone number, date of offer, offer number, quote price; Tax ID #; Cage Code and DUNS #. Under the terms of the American Recovery and Reinvestment Act (ARRA) the following provisions apply to this procurement: 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, 52.215-2 Alternate I -- Audits and Records Negotiation (Mar 2009), 52.212-5 Alternate II Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2009) (DEVIATION) (Apr 2009) (Deviation) ARRA, 52.204-11 American Recovery and Reinvestment Act Reporting Requirements (see full text in attached ARRA document. To items requested into separate line items in the FedBid solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/60181AQ031/listing.html)
 
Place of Performance
Address: Green River, WY 82935
Zip Code: 82935
 
Record
SN02123341-W 20100417/100415235411-6a8fc9aefec2443579ec68fb2fa6fa47 (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.