Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

28 -- Generator Engine

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
413th Contracting Support Brigade, Expeditionary Contracting Command, Fort Shafter, HI 96858
 
ZIP Code
96858
 
Solicitation Number
0010133053W90GL8
 
Response Due
2/13/2012
 
Archive Date
8/11/2012
 
Point of Contact
Name: Sibrena Nixon-Perez, Title: Contract Specialist, Phone: 8084386535, Fax: 8084386544
 
E-Mail Address
sibrena.l.nixon-perez.civ@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is 0010133053W90GL8 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 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 335312 with a small business size standard of 1,000.00 employees.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 2012-02-13 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be SCHOFIELD BARRACKS, HI 96857 The ECC PACIFIC RCO Hawaii requires the following items, Brand Name or Equal, to the following: LI 001, Brand Name or Equal - Isuzu Engine,Bare,4 Cyl, 4LE2,NYGV03, 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, ECC PACIFIC RCO Hawaii 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. ECC PACIFIC RCO Hawaii 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. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor?Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Bids will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an ?all-or-nothing? basis. IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 335312 with a small business size standard of 1000 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel CommandOffice of Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.ASP If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. (End of notice) ADMINISTRATIVE OFFICE a. This contract will be administered by the Regional Contracting Office-Hawaii 413th Contracting Support Brigade. _____ Contracting Division Omega Building 692 (Basement), McCornack Road Schofield Barracks, HI 96857-5000 FAX 808-655-7350 _____ Contracting Division Alpha Bldg 520 (Basement), Pierce Street Fort Shafter, HI 96858-5000 FAX 808-438-6544 or 6563 b. A list of the names and telephone numbers of the Administrative Contracting Officer, Contract Administrator, and other Government representative(s) will be provided at the post-award conference. WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES/SERVICES/ CONSTRUCTION Invoices for services rendered under this Contract shall be submitted electronically through Wide Area Work Flow. The vendor shall self-register at the web site https://wawf.eb.mil/. Vendor training is available on the Internet at: http://wawftraining.com/ Army Help Desk -- Normal operating hours, 0630-1800 Eastern Standard time.Army WAWF Help Desk 1-877-2-DA-WAWF or 1-877-232-9293Under this contractual document, contractor is required to submit the following type of invoice utilizing WAWF. __ Select the Invoice only within WAWF as the invoice type ? Creates Stand Alone Invoice__ Select the 2-in-1 Invoice within WAWF as the invoice type. Creates two documents, an Invoice and a Receiving Report, within one data entry session. The 2-in-1 Invoice prepares the Material Inspection and Receiving Report, DD Form 250, and invoice in one document. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF._X_ Select Combo --The Invoice and Receiving Report Combo enables a Vendor to create two documents from the same data entry session. The Vendor inputs contract and item data once. Two separate documents - an Invoice and a Receiving Report - are generated in the WAWF system.___ Construction ? Creates a Construction Payment Invoice from a contract for construction. Both an inspection and a contracting officer must review and accept.The following information is provided for completion of the invoice in WAWF:Issuing Office DODAAC: W912CNAdmin DODAAC: W912CNInspector/Acceptor DODAAC: W81E5N (See Block 15, SF 1449)LPO DODAAC: NA (only applicable if you have Navy fundingPay DODAAC: HQ0490 (See Block 18, SF 1449) Receiver/Acceptor: Vincent A Doctor; vincent.a.doctor.mil@mail.milContract Specialist:Sibrena Nixon-Perez; sibrena.l.nixon-perez.civ@mail.mil; 808-438-6535 x134Contracting Officer:Nora Dionisio; maria.n.dionisio.civ@mail.mil; 808-438-6535 x190Contract Number: tba (See Block 2, SF 1449)The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms Section 508 of the Rehabilitation Act Compliance. All products providedunder this contract vehicle must meet the applicable accessibility standards at 36 CFR Part 1194 as required by FAR Case 1999-607. General information regardingthe Section 508 Act can be found at the web site www.section508.gov. CONTRACTOR LIABILITY FOR PROPERTY Unless otherwise specified, the Government assumes no liability, and hereby disclaims liability for damages to or losses of, Contractor-owned or furnished property which, pursuant to the terms of his contract, is placed on a U.S. Government installation or other real property under the control of the United States Government, whether by lease, license, permit, or otherwise, except for loss or damage caused by the negligence or wrongful act or omission of a military person or civilian employee or the Department of Defense while acting within the scope of this employment under circumstances in which the United States if a private person, would be liable to the Contractor in accordance with the law of the place where the act or omission occurred. Any claim of the Contractor falling within the purview of the exception, should be submitted, pursuant to the Federal Tort Claims Act, to the Army Contracting Agency, Regional Contacting Office- Hawaii, Fort Shafter, Hawaii 96858-5025.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f260ba2c36e31f26a90c3179d04bb8ed)
 
Place of Performance
Address: SCHOFIELD BARRACKS, HI 96857
Zip Code: 96857
 
Record
SN02670216-W 20120210/120208234658-f260ba2c36e31f26a90c3179d04bb8ed (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.