Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
MODIFICATION

N -- Emergency Vehicle Up-Fitting

Notice Date
7/19/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
2051 Mercator Dr., Reston, VA 20191
 
ZIP Code
20191
 
Solicitation Number
K0L10011023
 
Response Due
7/22/2011
 
Archive Date
1/18/2012
 
Point of Contact
Name: Quiana Galloway, Title: Contract Specialist, Phone: 7033906521, Fax:
 
E-Mail Address
quiana.galloway@bia.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 K0L10011023 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 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 811112 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 2011-07-22 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The Bureau of Indian Affairs requires the following items, Exact Match Only, to the following: LI 001, UN-MARKED 2011 Silver Special Service Packaged Chevrolet Tahoe: 13 un-marked Special Agent units, 13, EA; LI 002, Installation 13 UN-MARKED vehicles-per hourSee SOW, 1, HR; LI 003, MARKED 2011 Silver Special Service Packaged Chevrolet Tahoe: 27 fully marked Police units, 27, EA; LI 004, Installation 27 MARKED vehicles-per hourSee SOW, 1, HR; 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, Bureau of Indian Affairs 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. Bureau of Indian Affairs 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. Pursuant to 25 U.S.C. 47 preference will be granted to those offers submitted in response to this solicitation from eligible Indian economic enterprises. Offers received from enterprises that are not eligible Indian economic enterprises will be considered if reasonable, responsive offers are not received from eligible Indian economic enterprises. Indian Economic Enterprise means (i) any business activity owned by an Indian or an Indian Tribe that is established for the purpose of profit provided that such Indian or Indian Tribe ownership shall constitute not less than 51 percent of the enterprise, and that the Indian or Indian Tribe shall receive a majority of the earnings from the contract, to include entities established pursuant to the Native Claims Settlement Act, 43 USC 1601 and 43 USC 1626(e)(1) and (2); and (ii) the management and daily business operations of an eligible Indian economic enterprise must be controlled by one or more individuals who are members of an Indian Tribe. The individuals must possess requisite management or technical capabilities directly related to the primary industry in which the firm conducts business. The enterprise must meet these requirements throughout these time periods: (1) At the time an offer is made in response to a written solicitation; (2) at the time of contract award; and (3) during the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, urban, or corporation pursuant to the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 USC 1601).(End of clause) 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. 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 https://www.acquisition.gov/far/. Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal Local vendor preference will be given priority to the vehicle up-fitting vendor located within a 50 mile radius of the Bureau of Indian Affairs, Office of Justice Services, Albuquerque Office located at 1001 Indian School Road, Albuquerque NM, 87104; the justification for this standard has been established due to required oversight which will be conducted at the awarded vendors facilities on a weekly to bi-weekly increments during the up-fitting of equipment to be installed in the Police Vehicles. Upon delivery of the vehicle and all of the required equipment, the vehicle completion for the full order of 40vehicles will not exceed 30 calendar days. The vendor facility will have no less than 5 installation bays in order to meet the time requirement of the vehicle upfitting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/K0L10011023/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02503628-W 20110721/110720001950-fd8d5fcb214f64901fc88b166a508a81 (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.