Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

46 -- Heating Hot Water System Sand Filter

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
935 Pennsylavnia Ave NW, Washington, DC 20535
 
ZIP Code
20535
 
Solicitation Number
498767
 
Response Due
5/18/2012
 
Archive Date
11/14/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 498767 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 333319 with a small business size standard of 500.00 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 2012-05-18 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Clarksburg, WV 26306 The Federal Bureau of Investigation requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Heating Hot Water System (HHWS) Sand Filter, 1, EA; LI 002, Factory Assisted Start-Up Services, 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, Federal Bureau of Investigation 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. Federal Bureau of Investigation 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. 52.247-34 F.O.B. DESTINATION (NOV 1991) (DEVIATION ? MAY2003)(a) The term "f.o.b. destination," as used in this clause, means?(1) Free of expense to the ordering activity, on board the carrier's conveyance, at a specifieddelivery point where the consignee's facility (plant, warehouse, store, lot, or other location towhich shipment can be made) is located; and(2) Supplies shall be delivered to the destination consignee's wharf (if destination is a port cityand supplies are for export), warehouse unloading platform, or receiving dock, at the expense ofthe Contractor. The ordering activity shall not be liable for any delivery, storage, demurrage,accessorial, or other charges involved before the actual delivery (or "constructive placement" asdefined in carrier tariffs) of the supplies to the destination, unless such charges are caused by anact or order of the ordering activity acting in its contractual capacity. If rail carrier is used,supplies shall be delivered to the specified unloading platform of the consignee. If motor carrier(including "piggyback") is used, supplies shall be delivered to truck tailgate at the unloadingplatform of the consignee, except when the supplies delivered meet the requirements of Item 568of the National Motor Freight Classification for "heavy or bulky freight." When supplies meetingthe requirements of the referenced Item 568 are delivered, unloading (including movement to thetailgate) shall be performed by the consignee, with assistance from the truck driver, if requested. If the Contractor uses rail carrier or freight forwarder for less than carload shipments, the Contractor shall ensure that the carrier will furnish tailgate delivery, when required, if transfer to truck is required to complete delivery to consignee.(b) The Contractor shall?(1) (i) Pack and mark the shipment to comply with contract specifications; or(ii) In the absence of specifications, prepare the shipment in conformance with carrier requirements;(2) Prepare and distribute commercial bills of lading;(3) Deliver the shipment in good order and condition to the point of delivery specified in the contract;(4) Be responsible for any loss of and/or damage to the goods occurring before receipt of the shipment by the consignee at the delivery point specified in the contract;(5) Furnish a delivery schedule and designate the mode of delivering carrier; and(6) Pay and bear all charges to the specified point of delivery. 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 FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Government anticipates an award resulting from this solicitiation to the responsible offeror whose offer conforms to the solicitation and is determined to be the Lowest Price Technically Acceptable (LPTA). The following evaluation factors shall be used to evaluate offers (factors evaluated in descending order:1)Lowest Price;2)Technically Acceptable;3)Past Performance 1)Lowest Price; 2) Technically Acceptable - This factor will evaluate whether the offeror's technical specification meets or exceeds the minimum specification outlined in this solicitation. The Offeror's technical specification shall be included in the quote and must identify the name of the manufacturer's product; 3) Past Performance - The Offeror must demonstrate successful completion of at least three (3) similar contracts of the same volume and type required by this solicitation within the past three years, demonstrated through the past performance questionnaires. If Offeror has not completed three similar contracts of the same volume and type required by this solicitation, the Offeror shall identify similar successful contracts that Offeror is currently working in law enforcement, military, Federal or State Government entities or the private sector. The Government reserves the right to review other past performance sources including, but not limited to, Past Performance Information Retreival System (PPIRS), Contractors Performance Assessment Reporting System (CPARS), FEDBID, etc. The offeror shall provide three (3) past performance questionnaires to the previous entities where the offeror performed a contract within the last 3 years. The past performance questionnaires are attached to this solicitation. It must include names and telephone numbers of point of contacts and contract numbers for each identified contract. The Offeror shall provide to three (3) references with instructions that the questionnaire should be completed and forwarded by e-mail or facsimile to the individual identified in the attached past performance questionnaire. Past Performance Questionnaires are due by the close date of the solicitation. 52.225-2 Buy American Act Certificate:(a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of ?domestic end product.? The terms ?commercially available off-the-shelf (COTS) item,? ?component,? ?domestic end product,? ?end product,? ?foreign end product,? and ?United States? are defined in the clause of this solicitation entitled ?Buy American Act?Supplies.? (b) Foreign End Products: (List the Line Items and Country of Origin) Line Item No. Country of Origin [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. TO COMPLY, SELLERS MUST LIST THE COUNTRY OF ORIGIN IN EACH LINE ITEM. The Buy American Act (1) Restricts the purchase of supplies, that are not domestic end products, for use within the United States. A foreign end product may be purchased if it is determined that the price of the lowest domestic offer is unreasonable or if another exception applies, and (2) Requires, with some exceptions the use of only domestic construction materials in contracts for construction in the United States (3) Buy American Act uses a two-part test to define a domestic end product. (a) The article must be manufactured in the United States; and (b) The cost of domestic components must exceed 50 percent of the cost of all the components. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (39) 52.225-1, Buy American Act?Supplies (Feb 2009) (41 U.S.C. 10a-10d). (47) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (48) 52.232-34, Payment by Electronic Funds Transfer?Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (INTENTIONALLY LEFT BLANK) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. All questions and/or clarifications regarding the RFQ shall be submitted in writing by way of this solicitation on FEDBID.com no later than 4:00 p.m. EST, on or before May 10, 2012. Any questions/comments submitted after the deadline will not be accepted except by the discretion of the Contracting Officer. Please see attachment labeled "Security Clauses" for requirements that offeror shall comply under this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/FedBid/498767/listing.html)
 
Place of Performance
Address: Clarksburg, WV 26306
Zip Code: 26306
 
Record
SN02739958-W 20120506/120504235644-485b35286d9242ff87457916e1984c18 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.