Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

W -- OPTION - Lease with the option to buy (1) Rough Terrain 130 Ton Crane

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
705 Washington Blvd, Fort Eustis, VA 23604
 
ZIP Code
23604
 
Solicitation Number
W911S0-14-LEASECRANE
 
Response Due
9/12/2014
 
Archive Date
3/11/2015
 
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
CANCELLATION NOTICE:Bids are being solicited under solicitation number W911S0-14-LEASECRANE. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 659249_07. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-12 11:30:00.0 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: Base Period of Performance: 09/22/2014 - 09/21/2015 LI 001: Lease (1) Rough Terrain 130 Ton Crane. MFG: Grove Model#: RT9130E or equivalent. Period of Performance 1 year. The actual period of performance dates are subject to change. Other salient characteristics: 11'-13', 150' boom, 36/59 sw, aux winch. CLINS 001 - 002 REPRENST A 12 MONTH LEASE, CLINS 003-006 ARE ONE TIME CHARGES ASSOCIATED WITH THE 12-MONTH LEASE. The government may take this equipment overseas, please acknowledge if taking this overseas is acceptable (in writing) in your quotation., 12, MO; LI 002: Standard Maintenance Agreement. The maintenance agreement (if offered) should be priced here, the actual agreement should be sent as an attachment., 12, MO; LI 003: Permitting charges, 1, LO; LI 004: Assembly/Disassembly charges, 1, LO; LI 005: Freight in/ Freight Out charges, 1, LO; LI 006: Fuel charges, 1, LO; LI 007: Lease to own (1) Rough Terrain 130 Ton Crane. MFG: Grove Model#: RT9130E or equal. Other salient characteristics: 11'-13', 150' boom, 36/59 sw, aux winch. The government intends to lease (1) Rough Terrain 130 Ton Crane. MFG: Grove Model#: RT9130E or equalivant. The period of performance is a 12-month base period with four 12-month option periods or 60 months. The government may take this equipment overseas, please acknowledge if taking this overseas is acceptable (in writing) in your quotation., 12, MO; LI 008: Standard Maintenance Agreement. The maintenance agreement (if offered) should be priced here, the actual agreement should be sent as an attachment., 12, MO; LI 009: Permitting charges, 1, LO; LI 010: Assembly/Disassembly charges, 1, :LO; LI 011: Freight in/ Freight Out charges, 1, LO; LI 012: Fuel charges, 1, LO; Option 1 Period of Performance: 09/22/2015 - 09/21/2016 LI 001: Lease to own (1) Rough Terrain 130 Ton Crane. MFG: Grove Model#: RT9130E or equivalent. Other salient characteristics: 11'-13', 150' boom, 36/59 sw, aux winch. The government intends to lease (1) crane for up to five years with the option to purchase., 12, MO; LI 002: Standard Maintenance Agreement. The maintenance agreement (if offered) should be priced here, the actual agreement should be sent as an attachment., 12, MO; Option 2 Period of Performance: 09/22/2016 - 09/21/2017 LI 001: Lease to own (1) Rough Terrain 130 Ton Crane. MFG: Grove Model#: RT9130E or equivalent. Other salient characteristics: 11'-13', 150' boom, 36/59 sw, aux winch. The government intends to lease (1) crane for up to five years with the option to purchase., 12, MO; LI 002: Standard Maintenance Agreement. The maintenance agreement (if offered) should be priced here, the actual agreement should be sent as an attachment., 12, MO; Option 3 Period of Performance: 09/22/2017 - 09/21/2018 LI 001: Lease to own (1) Rough Terrain 130 Ton Crane. MFG: Grove Model#: RT9130E or equivalent. Other salient characteristics: 11'-13', 150' boom, 36/59 sw, aux winch. The government intends to lease (1) crane for up to five years with the option to purchase., 12, MO; LI 002: Standard Maintenance Agreement. The maintenance agreement (if offered) should be priced here, the actual agreement should be sent as an attachment., 12, MO; Option 4 Period of Performance: 09/22/2018 - 09/21/2019 LI 001: Lease to own (1) Rough Terrain 130 Ton Crane. MFG: Grove Model#: RT9130E or equivalent. Other salient characteristics: 11'-13', 150' boom, 36/59 sw, aux winch. The government intends to lease (1) crane for up to five years with the option to purchase., 12, MO; LI 002: Standard Maintenance Agreement. The maintenance agreement (if offered) should be priced here, the actual agreement should be sent as an attachment., 12, MO; 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. A Seller 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 seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. 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. The soliciation 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 - Commerical 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 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. Quote 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 must 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 requirements****ANY SPECIAL EQUIPMENT REQUIRED FOR OFF LOADING IS THE CONTRACTORS 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 following documents for entry onto the installation: a valid drivers license, current registration, and current proof of insurance.n 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/time; howver, 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 thos submissions that are received by the close date/time. If any hazardous mateials are associated with this requirement, contractors must provide that information with their quotation(s). Hazardous materials must be clearly identified in the quotation asa 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 items(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 charge even though they are separate CLINS. They are all going to the same location. DO NOT separate shipping, for the purposes of invoices shipping charges should be divided amoungst the CLINS. Contractors are required to submit all required documents in order to be determined responsive to this requirement. If this requirement is under a GSA or another contract the following information is also required: GSA or other contract number and date of contract expiration. ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (a) Definitions. As used in this clause? (1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) ?Receiving report? means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when? (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer?s determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. SEE SPECIAL INSTRUCTIONS --- This FEDBID request for quotation requests pricing for two different leasing agreements (1) is a lease to own for a 12-month base period and four 12-month option periods or 60 months with maintenance. (2) A 12-month lease both with maintenance. Both options need to be priced, an explanation of the breakdown is listed below. PLEASE PROVIDE A QUOTE FOR BOTH OPTIONS, ONLY ONE OPTION WILL BE USED, HOWEVER, WE NEED PRICING FOR BOTH OPTIONS TO DETERMINE OUR BEST COURSE OF ACTION. OPTION 1: CONTRACTORS TO PRICE A ONE YEAR LEASE (CLIN 001) WITH MAINTENANCE (CLIN 002) FOR ONE YEAR. CLINS 003-006 ARE ONE TIME FEES OPTION 2: CONTRACTORS MUST ALSO PRICE A LEASE WITH AN "OPTION TO PURCHASE" WITH A BASE PERIOD PLUS FOUR OPTION PERIODS OR 60 MONTHS. CLINS 007-0012 (BASE PERIOD) AND OPTION PERIODS 1-4.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/544aae73012f265742be5550f3f05eb8)
 
Place of Performance
Address: FORT EUSTIS, VA 23604
Zip Code: 23604
 
Record
SN03517882-W 20140920/140918235509-544aae73012f265742be5550f3f05eb8 (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.