Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

25 -- ND Army National Gurd has an ongoing requirement for storage batteries to be used on military & commercial vehicles & equipment. Batteries are to be delivered on consignment to 7 different maintenance facilities within the state of ND.

Notice Date
11/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423120 — Motor Vehicle Supplies and New Parts Merchant Wholesalers
 
Contracting Office
USPFO for North Dakota, P.O. Box 5511, Bismarck, ND 58502-5511
 
ZIP Code
58502-5511
 
Solicitation Number
W901UZ-12-T-0002
 
Response Due
12/8/2011
 
Archive Date
2/6/2012
 
Point of Contact
Darcy Schwind, 701-333-2228
 
E-Mail Address
USPFO for North Dakota
(darcy.schwind@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation W901UZ-12-T-0002 is issued as a Request for Quotation. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, dated 8/4/2011. The service includes a base requirement and five options for a total of five years. This procurement is advertised as unrestricted. The North Dakota Army National Guard (NDARNG) has an ongoing requirement for storage batteries. These batteries will be used on military and or commercial vehicles and equipment. Batteries are to be delivered on consignment to seven different maintenance facilities within the state of North Dakota. Maintenance Facility Location FMS #11810 6th Street NE, PO Box 297, Minot, ND 58702-0297 FMS #23917 31st Street NW, Suite A, Fargo, ND 58102-6206 FMS #31501 48th Street S, Grand Forks, ND 58208-3806 FMS #44300 E Divide Ave, PO Box 5511, Bismarck, ND 58506-5511 FMS #51501 Hwy 281 N, PO Box 268, Jamestown, ND 58402-0268 FMS #6850 Airport Road, Valley City, ND 58072-4119 UTESCamp Grafton, 4417 Hwy 20, Devils Lake, ND 58301-9000 Base Year is Fiscal Year-2012 (FY-12) starting 01 January 2012 through 30 September 2012. Option Year One is Fiscal Year-2013 (FY-13) starting 01 October 2012 through 30 September 2013. Option Year Two is Fiscal Year 2014 (FY-14) starting 01 October 2013 through 30 September 2014. Option Year Three is Fiscal Year 2015 (FY-15) starting 01 October 2014 through 30 September 2015. Option Year Four is Fiscal Year 2016 (FY-16) starting 01 October 2015 through 30 September 2016. Option Year Five is Fiscal Year 2017 (FY-17) starting 01 October 2016 through 31 December 2016. Battery quantities on the bid schedule are estimated quantities only. The Government's obligation will be limited to the maintenance facilities actual requirements and consumption. Offeror must place batteries on consignment at each of the maintenance facilities. Consignment is subject to change throughout the year due to Annual Training (AT) periods, mobilizations, and demobilizations. The Maintenance Facilities Chop Chief(s) will inform the vendor when they require changes to the consignment. Each shop will provide a storage location for the consigned batteries. Offeror will submit their initial consignment and all consignment changes within three working days to the contracting office. Shop Chief will verify the initial consignment and all changes as submitted by the vendor. The attached listing will provide vendors with the current types of batteries on consignment at each maintenance facility. Offerors must quote the same or better type of battery on the bid schedule. If quoting a better battery change the part number and other info on the bid schedule to reflect the battery you are quoting. Offeror will need to set up a regularly scheduled service route to visit all seven maintenance facilities every two or three weeks. Offeror can e-mail, fax, or phone each facility prior to delivery, this will enable the vendor to know which batteries have been used and will need to be replaced. It will be the Offeror's responsibility to rotate battery consignment. Standard commercial warranty will apply to all batteries from the date the battery was put in use and not the date it was consigned. Offeror must provide an exchange service, to include junk batteries with acid exchange and disposal. This service is to be included with quoted battery prices. Offeror must provide on the spot ordering, stocking and adjustments according to commercial practices. Vendor will deliver batteries wet, acid activated, and load tested. Final inspection and acceptance is when the battery is installed for equipment use. Payment will be based on batteries used from the previous delivery. The Shop Chief will sign a delivery ticket for consigned batteries used since their last delivery, and forward it to the contracting office. Offeror will consolidate a statement of delivery tickets each month and send it to the contracting office for payment. The address to which statements are sent is USPFO for North Dakota, NGND-PFO-PC, P.O. Box 5511, Bismarck, ND 58506-5511. The contracting office will verify batteries are on the contract and price charged is the same as quoted. Any adjustments due to warranty, batteries not coved by the contract, or pricing will be noted on the delivery order for payment. Preferred method of payment is using the Government's VISA payment card, however, Direct Deposit using Electronic Funds Transfer (EFT) may be used. Points of Contact for the Government are: NAMEOfficePhone Number COL James T. Hrdlicka USPFO for North Dakota 701-333-2233 CPT Michael LoweContract Specialist, USPFO for ND701-333-2226 1SG Darcy J. Schwind Contract Specialist, USPFO for ND701-333-2228 1SG Kevin MagstadtContract Specialist, USPFO for ND701-333-2224 Ms. Kathy RobinsonContract Specialist, USPFO for ND701-333-2223 CW2 Galen RonessFMS #1, Shop Chief701-857-7671 1SG Eric Olerud FMS #2, Shop Chief701-451-6051 MSG John Burke FMS #3, Shop Chief701-792-4563 WO1 Kevin MehrerFMS #4, Shop Chief701-333-3264 1SG Brian KilzerFMS #5, Shop Chief701-251-2275 SFC Marvin WeigFMS #6, Shop Chief701-845-8625 CW4 Tom MarshUTES, Shop Chief701-662-0409 Only new items are acceptable; no refurbished items will be considered. Award will be made to only one vendor. All offerors shall complete and submit the attached bid schedule. The Government will award to the responsible offeror whose offer, conforming to the bid schedule and this combined synopsis/solicitation, will be the best value to the Government (price, warrenty and delivery time). THIS REQUIREMENT IS BASED UPON AVAILABILITY OF FUNDING. Options will be awarded annually as funds become available. Evaluation of options shall not obligate the Government to exercise the option(s). Complete the attached bid schedule and return it no later than 1:00PM CDT on 8 December 2011. Point of contact for this synopsis/solicitation is Darcy Schwind, USPFO for North Dakota, PO Box 5511, Bismarck, ND 58506-5511. Fax: 701-333-2230, Email: darcy.schwind@us.army.mil Offerors must have current registration in Central Contractor Registry (CCR) and Online Certifications and Representations (ORCA) websites to compete for this solicitation. See www.bpn.gov for more information. If you have any questions, please contact me at 701-333-2228 FAR AND DFARS PROVISIONS AND CLAUSES APPLICABLE TO SOLICITATION W90UZ-12-T-0002: FAR 52.203-3 Gratuities FAR 52.203-6 (Alt I) Restrictions on Subcontractor Sales to the Government FAR 52.204-4 Printed or Copied-Double Sided on Post- consumer Fiber Content Paper FAR 52.204-7 Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items 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 (Dev) FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-37 Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-25 Prompt Payment FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-36 Payment by Third party FAR 52.233-2 Services of Protest: [(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Jeff Strange, Contracting Officer, USPFO for North Dakota, Bldg 50, Fraine Barracks Road, Bismarck ND 58506. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.] FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference (full text of a clause may be accessed electronically at these addresses: http://farsite.hill.af.mil/ or www.gsa.gov/far ) FAR 52.252-6 Authorized Deviations in Clauses [(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense FAR Supplement (48 CFR Chapter Ch 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.] DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirements to Inform Employee of Whistleblower Rights DFARS 252.204-7004 Alt A Central Contractor Registration DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.225-7001 Buy American Act and Balance of payments Program DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7036 Buy American Act- Free Trade Agreements- Balance of Payments program. DFARS 252-232-7010 Levies on Contract Payments DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32/W901UZ-12-T-0002/listing.html)
 
Place of Performance
Address: USPFO for North Dakota P.O. Box 5511, Bismarck ND
Zip Code: 58502-5511
 
Record
SN02623595-W 20111117/111115234434-e64ac069dae58d6ea3918ea160cb7c86 (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.