Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
MODIFICATION

54 -- Shelters

Notice Date
7/2/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
Unit 5127, Apo AA 34038, AA 34038
 
ZIP Code
34038
 
Solicitation Number
RFQ-PR4379337-Shelters
 
Response Due
7/10/2015
 
Archive Date
1/6/2016
 
Point of Contact
Name: Susana Ramirez, Title: Procurement Agent, Phone: +5712752207, Fax:
 
E-Mail Address
ramirezgs@state.gov;
 
Small Business Set-Aside
N/A
 
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 RFQ-PR4379337-Shelters 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 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 321992 with a small business size standard of 500.00 employees.This requirement is unrestricted 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 2015-07-10 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be MIAMI, FL 33172 The DOS Embassy/Bogota, Colombia NAS- Department of State requires the following items, Meet or Exceed, to the following: LI 001: Deployable, Portable SHELTER SYSTEM to use at the DIRAN-NECOCLI (Colombia) base camp with specs as per attached Statement of Work document and component list., 6, 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, DOS Embassy/Bogota, Colombia NAS- Department of State 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. DOS Embassy/Bogota, Colombia NAS- Department of State 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. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. * We would like to quote this but it calls for ceiling fans in the shelter. Can you find out if this is a mandatory requirement of the solicitation? - Yes, the ceiling fans are a ?mandatory? as stated in the requirement?s Tech Specs #2 and articulated in 3(g). * There is no manufacture on the current market who makes a 570 sqft. that we are aware of who makes an expandable shelter?. Can we get connect 2 shelters to equal 800 sqft? - No, two shelters equal to 800sqft is not a suitable option. The requirement is specifically for six (6) shelters not two. As stated in 3 a) Detailed Description of the requirement ?Each shelter shall have a floor space or area minimum of: 570sqft?. Detailed Description of Requirement: a)MAIN FRAME -The main frame shall be manufactured in aircraft grade aluminum. -When the frame its deployed shall give a floor space or area minimum of: 570 ft2 -Minimum side wall height is 6? ft. -Shelter shall collapse into a tight, easily transported package. -The structure shall have a rated minimum wind capacity of 70 mph. -All structure material (hinge, pins, parts) must not rust. * Regarding the trade terms, those terms typically require 51% American. This is a much lower standard than the Berry Amendment which I nearly certain should apply in this solicitation. Could you ask the Buyer to clarify this with a statement in the solicitaion such as ?Berry Amendment? applies or ?Berry Amendment? does not apply? - Berry Amendment does not apply as this is not a Department of Defense procurement action. 1. MAIN FRAME: ?the structure shall have a rated minimum wind capacity of 70 mph? Question: The mil-spec for prefabricated shelters requires a tested maximum wind capacity of 55 mph, is it possible to provide the tested 55 mph wind capacity? - Due to local conditions and weather, the structure shall have a rated minimum wind capacity of 70 mph. 2. EXTERIOR COVER: ?exterior cover, walls and roofs shall be made of a minimum 14 oz vinyl? Question: To be able to have a completely collapsible and easily transported shelter, the maximum vinyl that can be used for the exterior cover is of 12.5 oz, otherwise it would be too heavy. Would a 12.5 oz exterior cover be acceptable? - No, 12.5 oz is NOT acceptable 3.CEILING FANS: The Frames of the collapsible shelters are not exposed because of the internal liner which covers all the shelters. Would floor fans or air through its plenum be acceptable? - Neither floor fans nor a plenum are acceptable. Requirement is ceiling fans as requested. This request is not for tents that are being set up and broken down on are occurring basis. 4. TRESHOLD RAMPS: HDT Shelters do not require threshold ramps to be able to enter or leave the shelter. Is there a particular reason why these are needed? - Our experience results in requiring threshold ramps, this is not waiverable ?. We currently have two different manufactures shelters in use that meet this spec and have proven the need for this item.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/INL/GSO/RFQ-PR4379337-Shelters/listing.html)
 
Place of Performance
Address: MIAMI, FL 33172
Zip Code: 33172
 
Record
SN03784400-W 20150704/150702234657-de33e22458900f340368c6f52a917425 (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.