Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

23 -- Yamaha & Suzuki ATVs

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
U.S.B.P Spokane Sector HQ, Spokane, WA 99218
 
ZIP Code
99218
 
Solicitation Number
PR20069304
 
Response Due
4/4/2012
 
Archive Date
10/1/2012
 
Point of Contact
Name: David Moss, Title: Contracting Specialist, Phone: 5093532747, Fax: 5093532563
 
E-Mail Address
david.a.moss@dhs.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, as supplemented with additional information included in this notice.The solicitation number is PR20069304 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 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 441221 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 2012-04-04 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be San Diego, CA 92154 The DHS Customs and Border Protection requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, 2012 and/or 2013 Yahama Raptor 350 ATV with following INSTALL accessories (per attached photos). Note what model year(s) ATVs you are going to provide and quanitity of each. ATV & ALL ITEMS MUST BE EXACT MATCH.Hr meter south bay. Part# Eng-Meter-4c-0179-97954 Emgo Black hand guards737019 Handguard extensions to mountNylon bags / atvstuff.com (Free shipping ). Part# ZAH20BP. 1-888-238-0290Rear tire / south bay. Maxxis all trak 22x11.00-9Prm atv.com, Heel Guard, SKU: RA369Front bumper. sku: RA353A-arm plate set. sku: WA484Bottom frame plate. sku: WA483Z-swingarm plate. sku: RA343Six pack rack. sku: RA361DELIVERED Assembled reday to ride. No License or doc fees. We will require manafacture's Certificate of Origin upon delivery., 22, EA; LI 002, 2012 and/or 2013 Suzuki LTZ-400 Limited Sport Quad with the following installed accessories (per attached photos). Note what model year(s) ATVs you are going to provide and quanitity of each.ATV & ALL ITEMS MUST BE EXACT MATCH. Hr meter south bay. Part# Eng-Meter-4c-0179-97954 Emgo Black hand guards737019 Handguard extensions to mount hand guards (above) on the quadsZAH20BP Border Patrol Fender bagsPRM #LT-634-411 Desert Front BumperPRM #LT660 Aluminum Heel guardsPRM #LT663 A-Arm guards (HD Alum)PRM #LT664 Frame skid platePRM #LT643 Swing arm skid platePRM #LT648 Six Pack rackDELIVERED Assembled reday to ride. No License or doc fees. We will require manafacture's Certificate of Origin upon delivery., 8, 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, DHS Customs and Border Protection 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. DHS Customs and Border Protection 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be 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 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. No partial shipments are permitted unless specifically authorized at the time of award. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.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/. 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. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. Vendor must be an authorized factory dealer with a store front for the ATVs requested. The vendor must be able to provide factory certified service and repair facilities of their own. Vendor must be factory certified for assembly of the ATVs. The product must carry normal consumer retail warranty, etc. NO FLEET warranty exclusions. Example of an authorized dealer is one listed on the manufacture?s website as an authorized dealer. Second or third parties that are not authorized dealers and do not operate a store front that provides maintenance and repair services of this product, will not be considered. Delivery arranged through another retail source, that is not a factory authorized dealer, will not be considered. This does not exclude direct offers from the manufacture who delivers through a local dealer. Note in your bid what model year and quanitity of each ATV. All accessories must be installed prior to delivery, per the attached pictures document. ATVs - make and model, and all accessories must be an EXACT MATCH.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20069304/listing.html)
 
Place of Performance
Address: San Diego, CA 92154
Zip Code: 92154
 
Record
SN02711866-W 20120404/120402235437-1cb43c1d9d6b045abe88d2a6c22fa275 (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.