Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
MODIFICATION

39 -- Vehicle Maintenance Hoists and Installation

Notice Date
7/14/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
705 Memorial Drive, Saint Joseph, MO 64503
 
ZIP Code
64503
 
Solicitation Number
W912NS-15-Q-3027
 
Response Due
8/3/2015
 
Archive Date
1/30/2016
 
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 W912NS-15-Q-3027 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 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 333923 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 2015-08-03 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The National Guard - Missouri requires the following items, Brand Name or Equal, to the following: LI 001: Rotary SPO12-TA 12,000lb + capacity or equal ? Three Stage, Low Profile Arms ? TA Lifts come with stackable inserts and frame engaging adapters ? Rise is 72? ? 76? ? Overall Height is 13' 8" ? 14? ? Overall Width is 11' 5" ? 12? ? Drive Thru Width is 8' 6" ? 9? ? Front Arm Reach (Min / Max) is 27-1/2 - 59" ? Rear Arm Reach (Min / Max) is 27-1/2 - 59" ? Minimum Adapter Height is 4?-8" ? Motor is 2 HP, 208-230 volt Single Phase, 20 Amps ? Includes 3-Position Spotting Dish for easy vehicle positioning Freight charges included if charging to ship to the facility., 2, EA; LI 002: Labor for Installation of new hoists and take down of 2 existing hoists The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary except as specified below as Government furnished, to perform the removal of 2 existing Rotary two-post SPO-12 hoists and leave on-site. Install all required parts of both new hoists supplied to meet the needs of CLIN 0001 above and ensure they are working properly. The Government will provide the property, material, equipment, and/or services listed below solely for the purpose of performance under this contract: Utilities: All utilities in the facility will be available for the contractor?s use in the performance of this contract. The contractor shall instruct employees in utilities conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. IAW FAR 52.237-1 Site Visit - Please conduct a Site Visit prior to placing bid, preferably on a Thursday or Friday. Contact Jeffrey Elton at 816-236-3255 to schedule a site visit. The contractor shall provide the services between the hours of 0630 - 1630 on Tuesday through Friday, except on recognized US Holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings., 1, job; 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, National Guard - Missouri 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. National Guard - Missouri 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. 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. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. 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 https://www.acquisition.gov/far/. FAR 52.223-5 Pollution Prevention and Right to Know Information, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation. Awarded vendor will have to conduct a police background check 10 days prior to start date of service. The form to fill out will be provided with the award. Award will be evaluated on price, delivery and ability to meet the stated requirements. Please conduct a Site Visit prior to placing bid, preferably on a Thursday or Friday. Contact Jeffrey Elton at 816-236-3255 to schedule a site visit
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1a547a0ea79f21537c9b2f82812aa568)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03796914-W 20150716/150715000131-1a547a0ea79f21537c9b2f82812aa568 (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.