Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

71 -- Shelving

Notice Date
8/30/2010
 
Notice Type
Presolicitation
 
Contracting Office
ACA SOUTHERN REGION FT POLK CONTRACTING, FORT POLK, LA 71459
 
ZIP Code
71459
 
Solicitation Number
0010012674
 
Response Due
9/2/2010
 
Archive Date
3/1/2011
 
Point of Contact
Name: Evonne Hogue, Title: PURCHASING AGENT, Phone: 3375314236, Fax: 3375318369
 
E-Mail Address
bonnie.hogue1@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number 0010012674. 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. 209792. 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 a [ Small Business ] set-aside 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 2010-09-02 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT POLK, LA 71459 The USA ACC MICC Fort Polk requires the following items, Brand Name or Equal, to the following: LI 001, KNOCK-DOWN ADJUSTABLE SHELVING UNIT - Super heavy duty knock down adjustable racks may be assembled individually or in rows. Shelf mounting holes are on 2" centers and units are constructed of 14 gauge channel reinforced shelves and 10 guage angle posts. Includes all hardware and X braces. Length 48" - width 24" x - height 72". Manufacture: PUCEL, Manufacture part # DR-2448, 5, EA; LI 002, 2 DOOR CENTER PARTITION LOCKING CABINET - Includes 2 separate lockable doors and a center partition which provides 2 complete locable sections. Depth 24" -- height 72" -- shelves 8-- Manufacture: PUCEL, Manufacture PART # HDSC-3672-24-8-CP, 20, EA; LI 003, WORK BENCH - knock-down wood top work bench includes bolts, nuts, lag screw, and washers. Benches are 34 1/4 overall height. Depth 30" -- width 72" -- overall height 34 1/4". Manufacture: PUCEL, Manufacture Part # W-3072, 5, EA; LI 004, Extra Heavy Duty Storage Cabinets - Unit is constructed of 12 guage sides, 14 guage reinforced shevles and bottom. Includes one fixed shelve. Other shelves are adjustable on 4" centers. Keyed handle included. Width 36" -- Height 72" -- Depth 24" -- Shelves 4. Manufacture:PUCEL, Manufacture part # HDSC-3672-24-4, 15, 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, USA ACC MICC 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 ACC MICC 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 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 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. 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. It is the responsibility of the bidder to obtain any attachments from FedBid. All attachments are incorporated into this solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8577ffdc6b827489b42f0e46e8b2b983)
 
Place of Performance
Address: FORT POLK, LA 71459
Zip Code: 71459
 
Record
SN02261061-W 20100901/100830235810-8577ffdc6b827489b42f0e46e8b2b983 (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.