Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
MODIFICATION

17 -- Air Field Lighting Repair Equipment

Notice Date
4/19/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1 Rock Island Arsenal, Rock Island, IL 61201
 
ZIP Code
61201
 
Solicitation Number
F3UUBG1068A004
 
Response Due
4/20/2011
 
Archive Date
10/17/2011
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
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 F3UUBG1068A004 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 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 336413 with a small business size standard of 1,000.00 employees. This requirement is unrestricted 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 2011-04-20 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be APO, AE 09320 The U.S. Army ACC Rock Island - Rock Island Contracting Center requires the following items, Brand Name or Equal, to the following: LI 001, AGL Cables#6 (7x) 5 KV FAA L824 Type C, Non Shielded, Non-Jacketed, Black, 5000, FT; LI 002, ASCO 918 Lighting ContractorsPart No: 91812203112 poles110-120Vopen type, 30, EA; LI 003, HV Junction BoxType: PC2Resin filledSuitable for shielded and non-shielded cables, 30, EA; LI 004, Shipping to APO AE 09354, Bagram Airfield, AfghanistanSee "Shipping Condition" for more information, 1, LS; 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, U.S. Army ACC Rock Island - Rock Island Contracting 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. U.S. Army ACC Rock Island - Rock Island Contracting 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. Bid MUST be good for 30 calendar days after close of Buy. 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. Sellers must read and comply with all specifications, shipping information, and terms outlined in the attachments. BIDS are to be submitted on the FedBid ONLY or they will not be accepted. Shipping must be free on board (FOB) destination OCONUS (Bagram AB, Afghanistan), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer. The seller is also responsible for all cost, tracking and risk of loss prior to the actual delivery of the shipment to the specified destination. For requirements that exceed the standard mail weight, contractors shall provide a separate line item pricing for shipments via commercial shipping companies (FedEx, UPS, DHL, ect). Prior to award, the government will make a price determination to either ship via the commercial shipping company or to one of the Consolidation Points located in the US. All offerors doing business with the government under contract shall be registered in ORCA, website url below: https://orca.bpn.gov/ Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.milhttp://c3-training.net/policy.html 52.211-6 -- Brand Name or Equal (Aug 1999)52.212-1 -- Instructions to Offerors -- Commercial Items (Jun 2008)52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jan 2011)52.212-4 -- Contract Terms and Conditions -- Commercial Items (Jun 2010)52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (OCT 2010) (DEVIATION)52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) **This Firm Fixed Priced procurement will be awarded under Simplified Acquisition Procedures and on an all-or-none basis** 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009)252.211-7003, Item Identification and Evaluation (Aug 2008)252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2009)252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (MAR 2008)252.247-7023 Alt I, Transportation of Supplies by Sea (Mar 2000)252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) 952.201-0001 Ombudsman (JAN 2010)952.225-0006 -- (JCC-I/A) Contract Delivery Requirements (Jul 2010) (Full instructions will be provided at time of award)952.232-0005 -- (JCC-I/A) Wide Area Workflow Instructions (Jul 2010)(Full instructions will be provided at time of award)952.233-0001, JCC-I/A Agency Protest Program (Mar 2009) Offerors shall be evaluated based on Lowest Price Technically Acceptable; however, the government reserves the right to consider Past Performance on all potential offerors based off of the Performance Alert Notes listed within the FedBid system. The brand listed is the most preferred brand due to the customers familiarity. However, if you choose to provide an alternate brand, you must provide the name of the manufacture, part number and specifications of the equal brands. Failure to provide will result in your bid as non-responsive and no further consideration will be given.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3621a3320f9e6abb81a7763301596dd0)
 
Place of Performance
Address: APO, AE 09320
Zip Code: 09320
 
Record
SN02428638-W 20110421/110419235507-3621a3320f9e6abb81a7763301596dd0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.