Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

39 -- Telehandler

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1225 South Clark Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HQ0034-14-T-0217
 
Response Due
9/29/2014
 
Archive Date
3/28/2015
 
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
MODIFICATION NOTICE:Bids are being solicited under solicitation number HQ0034-14-T-0217. 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. 679215_04. 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 2014-09-29 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Alexandria, VA 22312 The WHS - Acquisition Directorate requires the following items, Brand Name or Equal, to the following: LI 001: Genie GTH-1046 model Telehandler Machine can lift to a height of 56'10" and can lift up to 10,000lbs. NOTE: SEE ATTACHED STATEMENT OF WORK. - Pneumatic Tires, Must have fenders for all four wheels; Diesel Engine; Four-Wheel Drive; Hydrostatic Transmission; Multiple Steering Modes (Front Wheel, Coordinated, Crab); Twin Axle-Stabilizers; Extended forks (68"/72"); Forklift must have a 10,000 lb. capacity.; Flashing Beacon; Road Lights; Minimum lifting height of 52 feet; Must have a minimum 10 degree frame level feature; Front and Top Glass., 1, EA; LI 002: Optional CLIN - Fully enclosed cab with heater, defroster, wipers, and door., 1, EA; LI 003: Optional CLIN - Truss Boom, 1, EA; LI 004: Optional CLIN - Side-Shift Carriage, 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, WHS - Acquisition Directorate 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. WHS - Acquisition Directorate 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. 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. Registered in the System for Award Management (SAM) database means that (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record Active. Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. WAWF access. To access WAWF, the Contractor shall-- Have a designated electronic business point of contact in the System for Award Management at https:// www.acquisition.gov; and Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. The Government will select the best overall offer based on price. The Government will award a contract to the responsible offeror whose offer will be the most advantageous to the Government in accordance with the requirement. Only those offerors determined to be in compliant with the requirements as stated in this solicitation will be considered for award. Non-conformance with this requirement may result in offerors quote being determined unacceptable. Quotes will not be accepted after 11:00ET, Friday, September 26, 2014. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Priced Technically Acceptable (b A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ALL VENDORS MUST SUBMIT A COMPLETED DFARS PROVISION 252.209-7993 Q. Would you accept a longer than 30 day delivery, perhaps 120 days? 30 days for a new machine of this size would not be possible for a lot of manufacturers. A. The answer is yes Q. The specifications for the unit were written as a Genie 1046 and supplied with a SOW. In review of your request I did have a couple of questions. 1) Were you meaning a GTH 1056 ? 2) A GTH1056 does not have a Hydrostatic Transmission. 3) There is no Side-Shift Carriage available on the GTH 1056. We are Genie Dealers and I have confirmed QA 2 & 3 with the factory. Shall we take an exception to these two or will you allow our quote? A. These questions will be acceptable and the 1056 will meet our needs. 1. The 1056 exceeds the minimum standards so it will be technically acceptable. 2. We will accept a non-hydrostatic transmission. This was based on market research as long as it is an automatic type transmission. 3. was requested as an option Questions will not be accepted after 5:00PM EST, Thursday, September 25,2015
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-14-T-0217/listing.html)
 
Place of Performance
Address: Alexandria, VA 22312
Zip Code: 22312
 
Record
SN03536091-W 20141001/140930022657-e63a3f681fb356e4e92c6b221a9031ee (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.