Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
MODIFICATION

61 -- Generators

Notice Date
7/16/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
DHS- ICE Mission Support DC, Washington, DC 20536
 
ZIP Code
20536
 
Solicitation Number
192110NIR00000030-9
 
Response Due
7/20/2010
 
Archive Date
1/16/2011
 
Point of Contact
Name: Jeremy Pierre, Title: Senior Contract Specialist, Phone: 2027322649, Fax:
 
E-Mail Address
jeremy.pierre@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 192110NIR00000030-9 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 444210 with a small business size standard of $7.00M. 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 2010-07-20 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS Immigration and Customs Enforcement requires the following items, Brand Name or Equal, to the following: LI 001, Honda 10,500 Watt Comercial Generator-Item ID: EB-1000 K1A. Generators have to provide up to 10,500 Watts of 120/240V power. The generator should have a V-Twin Engine with Electric start and G.F.C.I receptacle since a large portable power output is essential. Fuel tank capacity of 4.4 hours at rated load and 7.5 hours at half load. The demisions should be 37.5"(L) X 24.3"(W) X 24.5" H). The generator should have an electric starting system. The noise level is only 80 dB at rated load., 29, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Immigration and Customs Enforcement 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 Immigration and Customs Enforcement 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. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.211-6 Brand Name or Equal, 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. Questions All questions, in regards to this buy, MUST be emailed to clientservices@fedbid.com (and NOT to any other address) by using the Submit a Question button. All questions must be received by Friday, July 16th, 2010 11:00am EST. This buy will then be reposted with Q&A based on the questions that are received (if applicable). Any other general questions should be referred to FedBid to their toll free number at FedBid 1-877-9FEDBID Bids will be evaluated based on lowest price technically acceptable criteria. All bids must meet the size, function, wattage and include additional features with the specified line item details to be considered technically acceptable. TO HAVE A BID CONSIDERED FOR AWARD FOR LOWEST PRICED TECHNICALLY ACCEPTABLE, FOR BRAND NAME OR EQUAL BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. 3052.247-72 F.O.B Destination Only. Contractors shall complete Section (c) of the following clause HSAR 3052.209-72 ORGANIZATIONAL CONFLICT OF INTEREST (JUN 2006)before the close of the solicitation. Sellers are to submit the completed document to clientservices@fedbid.com. Vendors shall ensure generators offered meet state emissions laws/standards for all locations specified in the delivery attachment titled 'updated delivery locationsgenerators.doc'. Vendors shall read attached Q & A document titled 'gagenerators.doc' and bid accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/192110NIR00000030-9/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02208895-W 20100718/100716235245-6764af47abbb2d4eb28f3a97cc96cb29 (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.