Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
MODIFICATION

W -- Generators for RUBA/SOF Compund Rot 11-07

Notice Date
5/4/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 505 Langford Lake Road, Fort Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
NTC-Griffith03
 
Response Due
5/4/2011
 
Archive Date
10/31/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION 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 NTC-Griffith03 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 532490 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 2011-05-04 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Irwin, CA 92310 The U.S. Army ACC MICC Fort Irwin requires the following items, Meet or Exceed, to the following: LI 001, Generator and HVAC/ECU at RUBA/SOF Compound to power and cool 7500 sqft of Tentage Circus Tent 1. Period of Performance is 7-30 MAY 2011. Generator shall be able to use JP8 fuel and contractor shall deliver generator with full tank of fuel. Contractor shall repair or replace any deficient Eqmt with delay of no more that 12 hours. Contractor shall be responsible for delivery and recovery of equipment per the period of performance (POP). SEE SOW FOR ADDITIONAL INSTRUCTIONS., 1, EA; LI 002, Generator and HVAC/ECU at RUBA/SOF Compound to power and cool 7500 sqft of Tentage Circus Tent 2. Period of Performance is 7-30 MAY 2011. Generator shall be able to use JP8 fuel and contractor shall deliver generator with full tank of fuel. Contractor shall repair or replace any deficient Eqmt with delay of no more that 12 hours. Contractor shall be responsible for delivery and recovery of equipment per the period of performance (POP). SEE SOW FOR ADDITIONAL INSTRUCTIONS., 1, 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, U.S. Army ACC MICC Fort Irwin 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 MICC Fort Irwin 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 freight 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 1 day or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 1 - 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 52.212-1, 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. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL The Government reserves the right to vary quantities by +/- 30% due to operational requirements and to make multiple awards to meet said requirements. Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov The Government intends to award to the responsible offerors whose offers conforming to the solicitation that will be the most advantageous to the Government based upon LOWEST PRICED TECHNICALLY ACCEPTABLE. The government will not be responsible for returning equipment with a full tank at the end of the Period of Performance. Submittal of Contractor Claims will be contingent on the Inspection/Acceptance of Contracted Equipment and/or Services, prior to start and completion (i.e. Pre/Post Joint Inspection). Inspection and Acceptance is considered proper only if the Receiving Officer or Authorized Representative at the respective delivery point shall conduct a joint inspection with the vendor representative for condition, quality, quantity count, and final acceptance of supplies/services delivered under proposed purchase order with date and legible signatures from both parties. Delivery and Removal of Equipment Contracting Officer can be reached at 760-380-3853.Contract Officer Representative (COR) can be reached at 760-380-3853. The contractor shall coordinate with the Contracting Officer Representative (COR) on the placement of the equipment. The contractor and the COR must fill out pre- and post-inspection sheets verifying that items have been delivered and are operational per the contract. Both parties must stand by until the inspections are completed. Equipment may be required to be relocated within the same general location. Contractor shall remove all contracted/leased equipment from the specified locations within 48 hours after the period of performance ends. Should contracted/leased equipment remain in place beyond 48 hours, the Government is not liable for usage, theft, lost, damages, or replacement cost due to contractor's negligence to take possession of owned items. If for some reason the contractor is unable to pick-up the equipment, please notify the Contracting Specialist and/or Contracting Officer in writing of when you will remove your equipment. All pre- and post-inspection/acceptance sheets must be provided to the Contracting Specialist and/or Contracting Officer. If a claim is submitted, it will require the joint inspection pre-and post-inspection/acceptance sheets to accompany the claim form. Both must be provided to the Contracting Officer at the time of claim submission. The pre-and post-inspection/acceptance sheets must only be signed by the authorized receiving representative that is indicated in the contract. Inspection/acceptance sheets must be signed and dated. Both parties names must be printed legibly and signed. If a claim is submitted without the pre-and post-inspection/acceptance sheets, the claim is subject to denial. As identified in Question Submission, "questions not received in a reasonable time prior to close of the solicitation may not be considered" are defined FOR THIS SOLICITATION as: THE CUTOFF TIME FOR RECEIPT OF QUESTIONS REGARDING THIS SOLICITATION IS 12:00 PM EST, ON 03 MAY 2011. ALL QUESTIONS RECEIVED AFTER THIS DATE AND TIME MAY NOT BE RESPONDED TO IN TIME FOR OFFEROR TO SUBMIT AN EDUCATED QUOTE. DO NOT WAIT FOR YOUR COLLECTIVE QUESTIONS REGARDING THIS SOLICITATION. REQUIRED INFORMATION FOR RENTAL/LEASE GENERATORS For rental generators being brought on post, the engine that powers thegenerator must have a valid air permit issued from the Mojave Desert Air Quality Management District (MQAQMD) or a State registration issued by the California Air Resources Board (CARB) if the engine has a rating of 50 brake horsepower (bhp) or greater. Prior to bringing the equipment on post, a valid permit from the MDAQMD for each engine or a valid CARB registration for each engine shall be provided to installations Air Quality Program Manager and Contracting Officer. Upon arrival of the engine(s), the Air Program Manager will reconcile the air permit or state registration against the engine(s) to ensure that the engines are in compliance. Below is the Air Program Manager information for submission of documentations. Contracting Officers information can be obtained from the contract and/or the Contracting Officer. Mark Burns,Air Program ManagerIMSW-IRW-PWE, Bldg 602P.O. Box 105085Fort Irwin, CA 92310-5085Phone: (760) 380-3737Fax: (760) 380-2677 In the event that you bring generators onto the installation without prior approval from the Air Program Manager, your generators will be removed until certification can be validated. If at anytime during the performance period your generators are found to be without the proper permit or approval, you will be considered non-compliance of your contractual obligation. You will be subject to a daily deduction in accordance with the liquidation damage rates in FAR Part 52.211-11 until you provide the requisite number of properly permitted units. Below is the sample of the information you are required to submit: Please include the award number on this sample being submitted. EQUIPMENT NUMBERGENERATOR SIZE KVA/KWGENERATOR SERIAL NUMBERENGINE SERIAL NUMBERAIR RESOURCE BOARD NO. 00125/207314080 NOT REQUIRED00380/60C9005000731RT403455T4572318014100480/60C0505190204RT4045T374648880141
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4e8a1f29743e5753f1bbf2eaa625a82e)
 
Place of Performance
Address: Fort Irwin, CA 92310
Zip Code: 92310
 
Record
SN02440108-W 20110506/110504235405-4e8a1f29743e5753f1bbf2eaa625a82e (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.