Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

23 -- Utility Cargo Trailer

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
701 S. 12th Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
HSTS02-16-Q-NCP009
 
Response Due
9/15/2016
 
Archive Date
3/14/2017
 
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
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 HSTS02-16-Q-NCP009 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 2005-89-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 336214 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 2016-09-15 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DHS Transportation Security Administration (TSA) requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: The vendor shall provide one (1) utility trailer with the following specifications: -5?W x 8?L -80? outside height -2? ball hitch -Single rear door -Single side door, right side -Spare tire and wheel -Exterior color: White, 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, DHS Transportation Security Administration (TSA) 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. DHS Transportation Security Administration (TSA) 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. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. Please see FAR 19.502-2 for more information and exceptions. For this procurement, the associated North American Industrial Classification System (NAICS) code is 336214 with a small business size standard of 1,000 employees. The selected Quoter must comply with the following commercial items 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 APPLIES AND IS INCLUDED AS ATTACHMENT (2) IN THE COMMERCIAL ITEMS SECTION - PROVISION DOCUMENT MUST BE COMPLETED AND SUBMITTED ALONG WITH BID DOCUMENTS; 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): 52.204-10, 52.209-9, 52.216-24, 52.216-25, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35,52.222-36,52.222-37, 52.222-40,52.222-50,52.223-18, 52.225-13, 52.225-25, 52.232-33, 52.232-34, 52.232-39; 52.233-4, FAR 52.247-34 F.O.B.Destination. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. As part of its quote, the Quoter MUST complete the Attachment (2) Technical Compliance table and identify that all the items quoted meet all the product specifications as provided in the table and discussed under the Technical Requirements paragraph of the Section I Statement of Work contained within the Attachment (1) Terms and Conditions document. Along with the Technical Compliance Table, the Quoter MUST submit literature/brochures/pictures/supporting documentation, etc., that clearly shows compliance with the product specifications as discussed under Section III: Technical Requirements of the Attachment (1) Terms and Conditions document. IN ADDITION, THE QUOTER MUST SUBMIT A COMPLETED ATTACHMENT (3) REPS AND CERTS DOCUMENT (FAR Provision 52.212-3) or provide a statement that the quoter is in compliance with paragraph (b)(2) of the provision and that none of the exceptions found in paragraphs (c) through (r) of the provision apply. A purchase order will be awarded to the offeror whose quote: 1) Indicates compliance (in Attachment 2: Technical Compliance) with all the product specifications; 2) includes a completed Attachment (3) Reps and Certs (or statement of compliance as indicated above) and; 3) Quotes the lowest total price. Vendor must have an ?ACTIVE? status with no exclusions at time of bid closure to be acceptable for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS02-16-Q-NCP009/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04273830-W 20160917/160916000038-27c825e2cfde955ee130b0ae40f7fcf7 (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.