Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
MODIFICATION

23 -- V Nose Pull Behind Trailer

Notice Date
6/29/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
45 West Street, Building P-45, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W911S2-16-Q-5792
 
Response Due
7/5/2016
 
Archive Date
1/1/2017
 
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 W911S2-16-Q-5792 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 2005-88. The associated North American Industrial Classification System (NAICS) code for this procurement is 321991 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 2016-07-05 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Drum, NY 13602 The MICC Fort Drum requires the following items, Brand Name or Equal, to the following: LI 001: 22 Foot V Nose Pull Behind Trailer, approx. 102 Inches Wide, Inside approx. 96 High, Simi V Nose With generator Compartment, 2 5/16 Bull Dog Coupler, approx. 5,000 pound Nose Jack. Two (2) approx. 7,000 pound Torkflex Axles, Electric Breaks, approx. 16 inches Aluminum Wheels 285-BSR-16 Tires, 2X6 Steel Tube Main Frame, 2X4 Steel Tube Cross Members On approx. 16 inches Centers, 1 1/2 Steel Tube Wall And Ceiling Frame On approx. 16 Inch Centers,.05 Aluminum Siding Smooth Side No Rivets (gray), Top And Bottom Rub Rail Trim, approx. 24 foot Gravel Guard BTP On Nose Of Trailer, Stainless Steel Nose Trim, One Piece Alum..04 Skin On Roof, Generator Access Door With Vent, approx. 36 inches X approx. 78 inches Side Entry Door With Window And Screen And Flush Mount Look, Slide Out Door Step, Rear Door Opening approx. 5 feet 6 inches Wide With Swing Doors And Tie Backs, approx. 7 feet Ramp Holders On Inside Swing Doors, Cam Locks On Rear Doors, Ramp Cleats On Rear Door Frame, Rear Rubber Bumpers On Lower Rear Frame, approx. 7 feet Split Ramps approx. 1,200 pound Capacity, LED Stop, Turn And Marker Lights, approx. 3/4 inch Advantech Sub Floor, approx. 1/2 inch Plywood Sub Walls, Kim Lite One Piece Ceiling Finish, Kim Lite One Piece Wall Finish, One Piece Non Skid Coin Tile Floor Finish, approx. 5 feet X approx. 7 feet X approx. 18 inches Wall Alum. Wall Cabinets With Doors And Shelves Both Sides Rear, Behind Wheel Boxes, approx. 6 feet X approx. 18 inches Counter Top Over Both Wheel Boxes, approx. 6 feet X approx. 16 inches X approx. 18 inches Overhead Aluminum Cabinets With Doors Above Counter, Top Over Wheel Boxes, approx. 48 inches X approx. 30 inches X approx. 84 inches Aluminum Closet For Bomb Suits With Doors And Shelve (Road Side), approx. 48 inches X approx. 24 inches Work Station With Aluminum Drawer Stack (Curbside), approx. 48 inches X approx. 48 inches White Board Above Work Station (Curbside), Three Office Chairs For Work Stations, approx. 90 inches X approx. 96 inches L Shape Work Station With One Drawer Stack (Road Side/ Nose), approx. 18 Gallon Diesel Tank For Generator, One 12 Volt Battery, Electric Breaker Box, Three (3) approx. 4 feet LED Ceiling Lights, Under Cabinet LED Lights, Four (4) LED 5,000 Lumens Flush Mount Sean Lights Each Corner Outside, One (1) Extra Side Light Under Awning. One 15,000 BTU Air Conditioner With Heat Pump RoofTop Unit With Remote, Two(2]0utside Electric Plugs, Six(6) Inside Wall Plugs (15 Amp. Individual Breakers], Sixteen (16) Flush Mount Tie Downs In Floor, Remote Controlled RF Camera And Mast, Wash Station, approx. 30 Gallon Water Tank With 40 PSI. Pump, 10 feet Hose And Shower Head Mounted In rear Cabinet Roadside With Access Door To Outside, Hazmat Placards On Both Sides And Rear, Graphics On Both Sides approx. 6 feet X approx. 6 feet Area Both Sides., 2, 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 Drum 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 Drum 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. 252.204-7012 Safeguarding of Unclassified Controlled Technical Information The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions ? Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea; 252.246-7006 Warranty Tracking of Serialized Items (MAR 2016). IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an ?all-or-nothing? basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 333212 with a small business size standard of 1000 employees. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2016-O0003) (OCT 2015); 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2016-O0003) (OCT 2015); 252.209-7998, Representation Regarding Conviction of a Felony Criminal; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; 252.246-7005 NOTICE OF WARRANTY TRACKING OF SERIALIZED ITEMS (MAR 2016). Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause Department of Defense Activity Address Code (DoDAAC)is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) 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. (c) WAWF access. To access WAWF, the Contractor shall (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https:// wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Note: If a Combo document type is identified but not supportable by the Contractor's business systems, an Invoice (stand - alone) and Receiving Report (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shallenter the e-mail address identified below in the Send Additional Email Notifications field of WAWF once a document is submitted in the system. All deliveries to Fort Drum shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ef958265e97ff446390bed34f5b0c416)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN04165858-W 20160701/160629234745-ef958265e97ff446390bed34f5b0c416 (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.