Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
MODIFICATION

25 -- PIT Bumper Fabrication & Retrofit Project

Notice Date
9/10/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 W. Richey Avenue, Bldg. 4, Artesia, NM 88210
 
ZIP Code
88210
 
Solicitation Number
HSFLAR-10-Q-00060
 
Response Due
9/13/2010
 
Archive Date
3/12/2011
 
Point of Contact
Name: Cynthia Ybarra, Title: Contract Specialist, Phone: 575-748-8010, Fax: 575-748-8002
 
E-Mail Address
cynthia.ybarra@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 HSFLAR-10-Q-00060 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 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 441310 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 2010-09-13 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Artesia, NM 88210 The DHS Federal Law Enforcement Training Center requires the following items, Meet or Exceed, to the following: LI 001, Metal Fabricated Front P.I.T. Bumpers for Ford Crown Victoria Sedans (model year 2006-2010), in accordance with the attached Statement of Work. Price to include installation and applicable New Mexico Gross Receipts tax for installation charge only., 39, EA; LI 002, Metal Fabricated Rear P.I.T. Bumpers for Ford Crown Victoria Sedans (model year 2006-2010), in accordance with the attached Statement of Work. Price to include installation and applicable New Mexico Gross Receipts tax for installation charge only., 39, EA; LI 003, Rear Door Guards for Ford Crown Victoria Sedans (model year 2006-2010), two per vehicle, in accordance with the attached Statement of Work. Price to include installation and applicable New Mexico Gross Receipt tax for installation charge only., 78, EA; LI 004, Transportation Charges, 39, 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 Federal Law Enforcement Training Center 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 Federal Law Enforcement Training Center 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. Please see Statement of Work for other warranty requirements. 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 in accordance within the Statement of Work. 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): 52.203-6 Alt I, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-1, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. In additiona to these clauses the following referenced clauses apply to this procurement: FAR 52.203-3 Gratuities; FAR 52.247-34 F.o.b. Destination; and HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). "Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov." Security: Prime Contractors and all personnel employed by the Prime Contractor, including subcontractors, in the performance of this contract, or any representative of the Prime Contractor entering the Federal Law Enforcement Training Center (FLETC) shall abide by all FLETC security regulations which may be in effect during the contract period. Any such individual(s) shall be subject to those security inspections which may be deemed necessary by the FLETC to ensure that no security violations occur during the course of the contract. It shall be the Prime Contractors responsibility to ensure that each applicant who is expected to be working on FLETC facilities or that requires routine access to FLETC facilities shall provide specific information on specific forms in order to undergo a suitability determination, and when so deemed, a security background investigation as required for access to the FLETC, and in some cases a security clearance. The required forms will be provided to the Prime Contractor upon contract award. The FLETC reserves the right and prerogative to deny and/or restrict the facility and information access of any Contractor employee whose actions are in conflict with the standards of conduct, 5 CFR 2635. Regarding evaluation of quotes, interested parties are informed that even though price is an important selection criteria, a best value determination will be made based on price and past performance. Please include information on past performance for similar complexity of work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/HSFLAR-10-Q-00060/listing.html)
 
Place of Performance
Address: Artesia, NM 88210
Zip Code: 88210
 
Record
SN02277660-W 20100912/100911001106-58ef57f613b04848008ca7eaf2248213 (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.