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
SOLICITATION NOTICE

36 -- Fuel Spill Containment System

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1676 Evans St., Bldg 1220 3rd floor, Fort Carson, CO 80913
 
ZIP Code
80913
 
Solicitation Number
W90VN8-16-T-0057
 
Response Due
9/21/2016
 
Archive Date
3/20/2017
 
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
N/A
 
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 W90VN8-16-T-0057 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 332439 with a small business size standard of 500.00 employees.This requirement is unrestricted 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 2016-09-21 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The MICC Fort Carson requires the following items, Brand Name or Equal, to the following: LI 001: Fuel Containment System - POLYSTAR Mfr Part No. CST-MAX42139, Tri-Star Max 42'x13'x9" or Equal -Surface mounted drive in containment for tanker trucks. Modular design is built around heavy-duty steel panels. The panels are bolted together and sealed with a gasket and caulking method to provide a leak proof joint. Heavy-Duty Steel Ramps can be attached to both ends of the containment system. Drain Ports are include in all four corners of the spill containment system., 9, EA; LI 002: Shipping: Tracy Depot Bldg 30, CCP 25600 South Chrisman Road Tracy, CA 95304?9150 - Please see attachment for further details, 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 Carson 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 Carson 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 addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to peter.yoon@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. SAM Requirement - Company must be registered on Central Contractor Registration (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.SAM.gov. The following factors shall be used to evaluate offers: Award will be made on the basis of lowest price technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The following DFARS clauses shall apply: 252.211-7003 ALT I (Item Identification and Valuation) (Aug 2008), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) (Sep 2008), 252.225-7001 (Buy American Act and Balance of Payments) (Jun 2005), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) (Mar 2008), 252.243-7001 (Pricing of Contract Modifications), 252.247-7023 ALT III (Transportation of Supplies by Sea), 252.232-7010 (Levies on Contract Payments) All invoices shall be submitted and uploaded via Wide Area Workflow in accordance with DFARS 252.232-7003. Information is available at https://wawf.eb.mil/. FOB Destination terms apply to this acquisition. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price. The Government will not accept re-manufactured or repaired equipment. The following clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/: 52.204_99(System for Award Management), 52.209-6 (Protecting the Government's Interest when Sub-Contracting), 52.204-10 (Reporting Executive Compensation and first-tier subcontract awards), 52.212-4 (Contract Terms and Conditions ? Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities),52.223-18 Ban on texting and driving, 52.225-13 (Restrictions on Certain Foreign Purchases), 52.232-33 (Payment by Electronic Funds Transfer ? Central Contractor Registration), 52.247-34 (FOB Destination), 52.252-2 (Clauses Incorporated by Reference). This solicitation is issued in accordance with FAR Part 13.5 procedures. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil. The following provisions are applicable to this solicitation and may be viewed at http://farsite.hill.af.mil: 52.211-6 (Brand Name or Equal), 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation- Commercial Items), 52.212-3 (Offeror Representations and Certifications- Commercial Items)(Jun 2008). 52.212-3 ALT I certs and reps,252.709-7999(Deviation 2012-o0004 Representation by Corp Regarding an Unpaid Delinquent Tax Liability), 252.225-7031 (Secondary Arab Boycott of Israel) AMC-LEVEL PROTEST PROGRAM (NOV 2008): 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, 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 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 33.10. If you want to file a protest under the 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. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 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 AMC-Level Protest Procedures. The following AFARS clauses are applicable to this acquisition: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. (End of provision) 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: Factor A. Technical Proposed Items ( Brand Name or Equal Only) must conform to the specifications in the CLINs listed in the solicitation. Factor B. Price: Proposed price will be reviewed to determine if the estimate is adequate, complete, and reasonable to assess the offeror's understanding of the solicitation. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/033588df1034166cb3717e0efb511819)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN04274926-W 20160917/160916001057-033588df1034166cb3717e0efb511819 (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.