Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
MODIFICATION

81 -- Drive on Containement Systems

Notice Date
6/10/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
705 Washington Blvd, Fort Eustis, VA 23604
 
ZIP Code
23604
 
Solicitation Number
0010508443-0002
 
Response Due
6/10/2014
 
Archive Date
12/7/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 0010508443-0002 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 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 322211 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 2014-06-10 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT EUSTIS, VA 23604 The MICC Fort Eustis requires the following items, Meet or Exceed, to the following: LI 001: DOCSII-2012 Drive-on Containment System. Dimensions: 20' L x 12' W x 10.25' H, 1,400 gallon capacity, Weight: 7,800 lbs each. The systems should include a floor support load factor of 2500lbs psf, grating (galvanized with stainless steel) and drain ports at one end only, with a certified filtration at one end only. The contractor must provide in writing the manufacturers standard commercial warranty which shall be effective from the date the government accepts the equipment., 7, EACH; LI 002: Filtration System. Includes steel cartridges and filter pads., 7, EACH; LI 003: Ramp units 2x5x1 to fit / XL super duty coating., 60, EA; LI 004: Freight charges. All equipment will be shipped by the most economical commercial method/carrier., 1, LOT; LI 005: DOCSII-2012 Drive-on Containment System. Dimensions: 20' L x 12' W x 10.25' H, 1,400 gallon capacity, Weight: 7,800 lbs each. The systems should include a floor support load factor of 2500lbs psf, grating (galvanized with stainless steel) and drain ports at one end only, with a certified filtration at one end only. The contractor must provide in writing the manufacturers standard commercial warranty which shall be effective from the date the government accepts the equipment., 2, EACH; LI 006: Filtration System. Includes steel cartridges and filter pads., 2, EACH; LI 007: Freight charges. All equipment will be shipped by the most economical commercial method/carrier., 1, LOT; LI 008: DOCSII-2012 Drive-on Containment System. Dimensions: 20' L x 12' W x 10.25' H, 1,400 gallon capacity, Weight: 7,800 lbs each. The systems should include a floor support load factor of 2500lbs psf, grating (galvanized with stainless steel) and drain ports at one end only, with a certified filtration at one end only. The contractor must provide in writing the manufacturers standard commercial warranty which shall be effective from the date the government accepts the equipment., 6, EACH; LI 009: Filtration System. Includes steel cartridges and filter pads., 6, EACH; LI 010: Freight charges. All equipment will be shipped by the most economical commercial method/carrier., 1, LOT; 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, MICC Fort Eustis 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. MICC Fort Eustis 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. 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 http://www.acqnet.gov/far. New Equipment ONLY; NO remanufactured or "gray market" items will be accepted under this request for quote. All items must be covered by the manufacturer's standard commercial warranty. Bid MUST be valid for 45 calendar days after close of Buy. No partial shipments are permitted unless specifically authorized at the time of award. Contractor must provide the government a specific delivery date window of time of the scheduled delivery. All information must be sent to the government "in writing" 14 calendar days prior to delivery in order to coordinate delivery. A point of contact, phone number, and e-mail will be provided in the proposal for delivery coordination purposes. **** The government must be notified of any special delivery requirements as it relates to entering and exiting the installation (i.e. clearance requirments**** ANY SPECIAL EQUIPMENT REQUIRED FOR OFF LOADING IS THE CONTRACTOR'S RESPONSIBILITY Award will be based on the quotation submitted that conforms to the request for quotation (RFQ), is technically acceptable, and is the lowest overall price. All individuals and vehicles entering Fort Eustis are subject to search. All drivers must have the follow documents for entry onto the installation: a valid drivers license, current registration, and current proof of insurance. The closing time in FEDBID is the official time used and is not subject to being challenged. All contractors may submit one quote or as many quotes as they wish up until the closing date; however, attempting to 'time' a submission to gain a competitive advantage over your competitors is a business strategy/decision for which the government is not held liable. The government will honor only those submissions that are received by the closing date. If any hazardous materials are associated with this requirement, contractors must provide that information with their quotation(s). Hazardous materials must be clearly identified in the quotation as well as on all equipment shipped in order for the government to take the appropriate action upon receipt. DO NOT consolidate the items for purposes of providing a price quotation although they are the same item(s) they must be priced "as is" per line item. **This has to do with the way the requirement was funded** Shipping will be by the most economical method. ALL charges for shipping are to be included as ONE charges even though they are separate CLINS. The are all going to the same location. DO NOT separate shipping, for the purposes of invoices shipping charges should be divided amongst the CLINS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d89a3d95e57ece09eb7ad9cd060a2c35)
 
Place of Performance
Address: FORT EUSTIS, VA 23604
Zip Code: 23604
 
Record
SN03391229-W 20140612/140611000009-d89a3d95e57ece09eb7ad9cd060a2c35 (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.