Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

54 -- Custom, Free-Standing Portable Loading Dock

Notice Date
7/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5330 Valdez Circle, Dugway, UT 84022
 
ZIP Code
84022
 
Solicitation Number
MF-0012-3P
 
Response Due
8/7/2014
 
Archive Date
2/3/2015
 
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
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 MF-0012-3P 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 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 332312 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 2014-08-07 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bragg, NC 28307 The USACE - Wilmington District requires the following items, Meet or Exceed, to the following: LI 001: Custom Self-Standing Portable Loading Dock Platform in accordance with the attached Statement of Work(SOW). PLEASE REVIEW ALL ATTACHMENTS ASSOCIATED WITH THIS REQUIREMENT., 1, EA; LI 002: Installation in accordance with the attached Statement of Work, 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, USACE - Wilmington District 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. USACE - Wilmington District 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. A Site Visit will be held at U.S. Army Fort Bragg, Building E-3863, at 1:30 PM [local prevailing time at U.S. Army Fort Bragg, North Carolina] on 31 July 2014. The purpose of this Site Visit is to provide an opportunity for interested firms to ask questions, view facilities, and for the Government to explain or clarify the specifications and requirements. Remarks and explanations at this Visit shall not qualify the terms of the solicitation and specifications which shall remain unchanged. Any procurement, technical and cost questions concerning the request for quote arising before the visit shall be submitted in writing. Questions submitted or raised at the conference, will be answered at the conference to the extent that time and information at hand will permit. Attendance shall be at the expense of the offerors. Intent to attend the Site Visit must be confirmed in writing and received no later than 4:00PM [local prevailing time at U.S. Army Fort Bragg, North Carolina] on Tuesday,29 July 2014, for security clearance purposes. Offerors shall submit their confirmation to Ms. Vickie Grant at Vickie.L.Grant@usace.army.mil The attached Fort Bragg Special Event Access Attendee list must be completed with ALL requested information filled: (1) Complete Name(s) of individuals attending; (2) Status/position held in the company; (3) Name of the organization/company represented; and (3) Telephone number (4) Relationship to Sponsor; ** in this area, please annotate whether you require an access pass with (Y)es or (N)o. Please Note: Background checks will be conducted. Individuals with Felony Convictions will not be granted access. In addition, individuals with three (3) or more Misdemeanor convictions (other than traffic) within the last five (5) years will not be granted access. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Offer MUST be valid for 60 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. 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. 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, 52.246-1; DFAR 252.212-7001, 252.211-7003. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor?s failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. FOB DESTINATION The following provisions and clauses apply to this acquisition: FAR 52.219-1 ALT I, 52.219-6, 52.219-14,52.219-28,The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/536568500937a46fdc6c4792fb26024c)
 
Place of Performance
Address: Fort Bragg, NC 28307
Zip Code: 28307
 
Record
SN03437104-W 20140726/140724235714-536568500937a46fdc6c4792fb26024c (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.