Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

55 -- Construction BOM

Notice Date
7/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
420 F Street, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-16-R-0040
 
Response Due
8/8/2016
 
Archive Date
2/4/2017
 
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 W912NR-16-R-0040 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 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 321912 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 2016-08-08 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Minden, LA 71055 The National Guard - Louisiana requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: BOM - in accordance with attachment, 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, National Guard - Louisiana 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 - Louisiana 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. 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. Seller must remain registered in SAM throughout period of performance. 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/. Funds are not currently available for this requirement but are expected to become available once the solicitation closes. This bid will be compared to bid for the rental of the forklift and the bid that is more advantageous to the government will be funded. All prices will include delivery to the following address: 156th Army Band, 4156 Military Drive, Bossier City, LA 71111. Hours are Tuesday thru Friday 0730-1530 (7:30 am - 3:30pm) The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Specs, Price and Delivery. Technical Specs weighs more than Price and Delivery and Price weighs more than Delivery. FAR 52.202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-5 Covenant Against Contingent Fees. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.203-7 Anti-Kickback Procedures FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.211-5 Material Requirements FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-3 Alt II Buy American Act - Free Trade Agreements - Israeli Trace Act FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-1 Disputes FAR 52.233-2 Service of Protest FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contracts FAR 52.243-1 Changes-Fixed Price FAR 52.244-6 Subcontracts for Commercial Items DFARS 252.212-7001 (Dev) Contract Terms and Conditions DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III DFARS 252.247-7024 Notification of Transportation of Supplies by Sea FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil The following provisions and clauses are FULL TEXT and downloaded from site provided in FAR 52.252-2: FAR 52.225-2 Buy American Act Certificate DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (Contract will be invoiced through WAWF and instructions will be provided on Contract Document) 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f5ba9830806dbceb10c7fc7128c59370)
 
Place of Performance
Address: Minden, LA 71055
Zip Code: 71055
 
Record
SN04195541-W 20160727/160726000804-f5ba9830806dbceb10c7fc7128c59370 (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.