Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
MODIFICATION

W -- 10K Forklift with Platform

Notice Date
1/7/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
6650 building 6, Fort Benning, GA 31906
 
ZIP Code
31906
 
Solicitation Number
PENDING
 
Response Due
1/19/2016
 
Archive Date
7/17/2016
 
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
Woman Owned Small Business
 
Description
CANCELLATION 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 PENDING 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 2005-85. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $32.50M.This requirement is an [ Women-Owned 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 2016-01-19 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be fort benning, GA 31905 The MICC Fort Benning requires the following items, Brand Name or Equal, to the following: LI 001: Damage Waiver/Repair: to cover emergency repair service, including replacement of unserviceable parts which be conducted within 24 hours of notification. Vendor insures the equipment for all risks from the time it is removed from the leasing company until it is returned (for the contract period). Vendor replaces damaged equipment with like item in an event caused by natural disaster.), 12, Months; LI 002: 10K Telescoping Forklift-Skytrack. MAKE: SkyTrak, Model: 10054, Capacity: 10,000 LBS, 3,000 Forward, fuel Type: Diesel, Max Height: 54?; Max reach: 38?-9?; Width: 8?-6?; Length: 23?-4?, platform 3' x 6'. Door, Safety Glass Windows, Front Wiper, and Heater. Plat, 12, Months; LI 003: Contractor Manpower Reporting Data., 1, EA; LI 004: Freight: Delivery and pick-up of unit., 1, EA; LI 005: Option Year 1. Damage Waiver/Repair: to cover emergency repair service, including replacement of unserviceable parts which be conducted within 24 hours of notification. Vendor insures the equipment for all risks from the time it is removed from the leasing company until it is returned (for the contract period). Vendor replaces damaged equipment with like item in an event caused by natural disaster.), 12, Months; LI 006: Option Year 1. 10K Telescoping Forklift-Skytrack. MAKE: SkyTrak, Model: 10054, Capacity: 10,000 LBS, 3,000 Forward, fuel Type: Diesel, Max Height: 54?; Max reach: 38?-9?; Width: 8?-6?;Length: 23?-4?, platform 3' x 6'. Door, Safety Glass Windows, Front Wiper, and Heater., 12, Months; LI 007: Option Year 1. Contractor Manpower Reporting Data., 1, EA; LI 008: Option Year 1. Freight: Delivery and pick-up of unit., 1, EA; LI 009: Option Year 2.Damage Waiver/Repair: to cover emergency repair service, including replacement of unserviceable parts which be conducted within 24 hours of notification. Vendor insures the equipment for all risks from the time it is removed from the leasing company until it is returned (for the contract period). Vendor replaces damaged equipment with like item in an event caused by natural disaster.), 12, Months; LI 010: Option Year 2. 10K Telescoping Forklift-Skytrack. MAKE: SkyTrak, Model: 10054, Capacity: 10,000 LBS, 3,000 Forward, fuel Type: Diesel, Max Height: 54?; Max reach: 38?-9?; Width: 8?-6?;Length: 23?-4?,platform 3' x 6'. Door, Safety Glass Windows, Front Wiper, and Heater., 12, Months; LI 011: Option Year 2.Contractor Manpower Reporting Data., 1, EA; LI 012: Option Year 2. Delivery and pick-up of unit., 1, EA; LI 013: Option Year 3. Damage Waiver/Repair: to cover emergency repair service, including replacement of unserviceable parts which be conducted within 24 hours of notification. Vendor insures the equipment for all risks from the time it is removed from the leasing company until it is returned (for the contract period). Vendor replaces damaged equipment with like item in an event caused by natural disaster.), 12, Months; LI 014: Option Year 3. 10K Telescoping Forklift-Skytrack. MAKE: SkyTrak, Model: 10054, Capacity: 10,000 LBS, 3,000 Forward, fuel Type: Diesel, Max Height: 54?; Max reach: 38?-9?; Width: 8?-6?;Length: 23?-4?, platform 3' x 6'. Door, Safety Glass Windows, Front Wiper, and Heater., 12, Months; LI 015: Option Year 3. Contractor Manpower Reporting Data., 1, EA; LI 016: Option Year 3. Freight: Delivery and pick-up of unit., 1, EA; LI 017: Option Year 4. Damage Waiver/Repair: to cover emergency repair service, including replacement of unserviceable parts which be conducted within 24 hours of notification. Vendor insures the equipment for all risks from the time it is removed from the leasing company until it is returned (for the contract period). Vendor replaces damaged equipment with like item in an event caused by natural disaster.), 12, Months; LI 018: Option Year 4. 10K Telescoping Forklift-Skytrack. MAKE: SkyTrak, Model: 10054, Capacity: 10,000 LBS, 3,000 Forward, fuel Type: Diesel, Max Height: 54?; Max reach: 38?-9?; Width: 8?-6?;Length: 23?-4?, platform 3' x 6'. Door, Safety Glass Windows, Front Wiper, and Heater., 12, Months; LI 019: Option Year 4. Contractor Manpower Reporting Data., 1, EA; LI 020: Option Year 4. Freight: Delivery and pick-up of unit., 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, MICC Fort Benning 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. MICC Fort Benning 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. 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 aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and 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, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 Item Identification and Valuation (JUN 2005); 252.246-7000 Material Inspection and receiving Report 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. Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Submission of Offers in the English Language The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, considering price alone. "Pursuant to FAR Part 9, the Contracting Officer is required to make a determination regarding the responsibility of the proposed awardee. Following receipt of offers, the Contracting Officer or Specialist will send a form, designed to elicit financial information from an offeror's financial institution, to those offerors having a reasonable chance at receiving the award under this solicitation. You should forward that form to your financial institution and have the financial institution complete and send it directly to the Contract Specialist. For sections 2 and 4 on the document, the financial institution may answer with high, medium or low or they can answer with a numerical amount. The form must be returned to the MICC within three (3) business days. In the absence of this information, the Contracting Officer will have no choice except to find your company "not responsible," a finding which will make you ineligible for award." (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by?(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) The NAICS and Size Standard for this solicitation is: NAICS: 532490 Size STD: Seven (7) Million Dollars Effective 1 October 2014, all personnel requiring access to the installation shall possess either a Common Access Card (CAC), Military ID or Individual temporary pass issued by the Fort Benning Directorate of Emergency Services (DES) pursuant to Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Un-cleared Contractors. Award for All or None. The Government intends to award one (1) purchase order as a result of this solicitation. Offers received for less than the stated number if items listed in the solicitation will be considered ineligible for award. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. (End of Clause) As prescribed in 17.208(g), insert a clause substantially the same as the following: OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989) (a) The Government may extend the term of this contract by written notice to the Contractor within [insert in the clause the period of time in which the Contracting Officer has to exercise the option]; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed __________(months)(years). (End of Clause) "Pursuant to FAR Part 9, the Contracting Officer is required to make a determination regarding the responsibility of the proposed awardee. Following receipt of offers, the Contracting Officer or Specialist will send a form, designed to elicit financial information from an offeror's financial institution, to those offerors having a reasonable chance at receiving the award under this solicitation. You should forward that form to your financial institution and have the financial institution complete and send it directly to the Contract Specialist. For sections 2 and 4 on the document, the financial institution may answer with high, medium or low or they can answer with a numerical amount. The form must be returned to the MICC within three (3) business days. In the absence of this information, the Contracting Officer will have no choice except to find your company "not responsible," a finding which will make you ineligible for award." This subpart prescribes policies, standards, and procedures for determining whether prospective contractors and subcontractors are responsible. Inspection of Supplies -- Fixed-Price (Aug. 1996) Contractor Use of Mandatory Sources of Supply or Services (May 2014) (a) Certain supplies or services to be provided under this contract for use by the Government are required by law to be obtained from nonprofit agencies participating in the program operated by the Committee for Purchase from People Who Are Blind or Severely Disabled (the Committee) under 41 U.S.C. 8504. Additionally, certain of these supplies are available from the Defense Logistics Agency (DLA), the General Services Administration (GSA), or the Department of Veterans Affairs (VA). The Contractor shall obtain mandatory supplies or services to be provided for Government use under this contract from the specific sources indicated in the contract schedule. (b) The Contractor shall immediately notify the Contracting Officer if a mandatory source is unable to provide the supplies or services by the time required, or if the quality of supplies or services provided by the mandatory source is unsatisfactory. The Contractor shall not purchase the supplies or services from other sources until the Contracting Officer has notified the Contractor that the Committee or an AbilityOne central nonprofit agency has authorized purchase from other sources. (c) Price and delivery information for the mandatory supplies is available from the Contracting Officer for the supplies obtained through the DLA/GSA/VA distribution facilities. For mandatory supplies or services that are not available from DLA/GSA/VA, price and delivery information is available from the appropriate central nonprofit agency. Payments shall be made directly to the source making delivery. Points of contact for AbilityOne central nonprofit agencies are: (1) National Industries for the Blind (NIB) 1310 Braddock Place Alexandria, VA 22314-1691 (703) 310-0500; and (2) NISH 8401 Old Courthouse Road Vienna, VA 22182 (571) 226-4660 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) Personal Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government; (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee?s employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of clause, including this paragraph (d), in all subcontracts when the subcontractor?s employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the date of the clause. (b) The use in this solicitation or contract of any _____. [insert regulation name] (48 CFR _____) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/079be14153fa3232a4def82bc8f87ac2)
 
Place of Performance
Address: fort benning, GA 31905
Zip Code: 31905
 
Record
SN03985727-W 20160109/160107234810-079be14153fa3232a4def82bc8f87ac2 (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.