Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
SOLICITATION NOTICE

23 -- Trailer-22ft V Nose Pull Behind

Notice Date
7/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
P-31 Quartermaster Rd, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W911S2-16-Q-5792-01
 
Response Due
7/6/2016
 
Archive Date
1/2/2017
 
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
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-5792-01 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 336212 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 2016-07-06 12:30:00.0 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 Ft V Nose Pull Behind Trailer, 102 Inches Wide, Inside 96 High, Simi V Nose With generator Compartment, 2 5/16 Bull Dog Coupler, 5,000 Lb. Nose Jack. Two (2) 7,000 Lb. Torkflex Axles, Electric Breaks, 16 inch alum. Wheels 285-BSR-16 Tires, 2X6 Steel Tube Main Frame, 2X4 Steel Tube Cross Members On 16 inch Centers, 1Y.z Steel Tube Wall And Ceiling Frame On 16 Inch Centers,.05 Alum. Siding Smooth Side No Rivets (gray), Top And Bottom Rub Rail Trim, 24 foot Gravel Guard BTP On Nose Of Trailer, Stainless Steel Nose Trim, One Piece Alum.04 Skin On Roof, Generator Access Door W/ Vent, 36 inch by 78 inch Side Entry Door W/ Window And Screen And Flush Mount Look, Slide Out Door Step, Rear Door Opening 5 foot 6 inch Wide W/ Swing Doors And Tie Backs, 7 foot Ramp Holders On Inside Swing Doors, Cam Locks On Rear Doors, Ramp Cleats On Rear Door Frame, Rear Rubber Bumpers On Lower Rear Frame, 7 foot Split Ramps 1,200 load Capacity, LED Stop, Turn And Marker Lights, percent Advantech Sub Floor, Y.z Plywood Sub Walls, Kim Lite One Piece Ceiling Finish, Kim Lite One Piece Wall Finish, One Piece Non Skid Coin Tile Floor Finish, 5 foot by 7 foot by 18 inch Wall Alum. Wall Cabinets W/ Doors And Shelves Both Sides Rear, Behind Wheel Boxes, 6 foot by 18 inch Counter Top Over Both Wheel Boxes, 6 foot by 16 inch by 18 inch Overhead Alum. Cabinets W/Doors Above Counter, Top Over Wheel Boxes, 48 inch by 30 inch by 84 inch Alum. Closet For Bomb Suits W/ Doors And Shelve (Road Side), 48 inch by 24 inch Work Station W/ Alum. Drawer Stack (Curbside), 48 inch by 48inch White Board Above Work Station (Curbside), Three Office Chairs For Work Stations, 90 by 96 inch L Shape Work Station W/ One Drawer Stack (Road Side/ Nose). 18 Gal Diesel Tank For Generator, One 12 Volt Battery, Electric Breaker Box, Three (3) 4 foot 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 A/C With Heat Pump Roof Top Unit W/ 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, 30 Gal Water Tank W/ 40 PSI. Pump, 10 foot Hose and Shower Head Mounted In rear Cabinet Roadside W/ Access Door To Outside, Hazmat Placards On Both Sides And Rear, Graphics On Both Sides 6 foot by 6 foot Area on Both Sides. The successful contractor shall provide detailed specifications at the time of quote in the order of how these specifications are listed. The attachments shall include pictures/drawings of what you intend to provide. Failure to provide could result in you not being eligible for award. All quotes shall be good through 9/30/16 at no additional cost. ******Shipping costs shall be included in this line item*******, 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. 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. 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 through 9/30/16. 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 336212 with a small business size standard of 1,000 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. 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report 252.209-7999, Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law; 252.232-7006, Wide Area WorkFlow Payment Instructions; 252.246-7005, Notice of Warranty Tracking of Serialized Items; 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2016-00003) (OCT 2015); 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-00003)(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. 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252-246-7006, Warranty Tracking of Serialized Items. 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/a4c9ed5a7b63508ad667d084161caeec)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN04170100-W 20160703/160701234351-a4c9ed5a7b63508ad667d084161caeec (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.