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, 2017 FBO #5777
MODIFICATION

16 -- Helicopter Sling

Notice Date
9/15/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
2002 South Holt Road, Indianapolis, IN 46241
 
ZIP Code
46241
 
Solicitation Number
W912L9-17
 
Response Due
9/19/2017
 
Archive Date
3/18/2018
 
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 W912L9-17 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-95 with a small business size standard of 1,500.00 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 2017-09-19 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The National Guard - Indiana requires the following items, Meet or Exceed, to the following: LI 001: Fabricated Sling Load Block,5000 psi, grade 60,(1/2") rebar reinforcing, air entrained for freeze thaw concrete. With brass date/name plate per standards with 1/4" x 20 x 2.5" expansion anchor shields, 1/4" x 20 x 2.5" #304 stainless recessed pan screws, 8"x 4" x 3/4" reverse cast lettering- alls sides and top, centered- to be painted black after cure, 1" round black steel fabricated lifting eyes, with #304 Stainless steel plates and nuts. Reflectors- 12" x 1" #8 x 1" expansion anchor shields,#8 x 1" #304 stainless steel recessed pan 1.5" #304 Stainless Steel pipe Anchor Sleeves. Proof testing per MIL-STD-913A, 2, EA; LI 002: Re-seat Cable Block, 2, EA; LI 003: Proof of load testing, 2, EA; LI 004: Delivery to two location (see terms and condition for location), 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, National Guard - Indiana 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 - Indiana 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 selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Proof of testing, per MIL-STD-913A, certificate,and documentation must be provide upon closing of the RFQ. Testing must be done by an independent contract who is certified to test. 1) National Guard Armory 2501 E 15th Ave, Gary, IN 46402 2) National Guard Armory 3556 North Michigan Road Shelbyville, IN 46176 The Indiana Army National Guard (IN-ARNG) has a requirement for Block, Fabricated Sling Load Training, 4000lbs. to support its aviation mission. This is a best value purchase where name brand or equal to products shall be considered. The NEW Fabricated Sling Load Block must meet the ADDENDUM 1 to GEN-12-AMAM-02 as set by the U.S. Army Natick. All offer have to meets or exceeds the specifications of the product detailed in the attached documents. Each offer, not offering the exact item, shall be evaluated by under FAR 15 Trade-off where technical capability is more important than price. The Government will make best value determinations using the following criteria: Technically Acceptable Factors: 1) Appropriate Certifications 2) Proof of Testing 3) Prices: Full explained line item/itemized delivery/subcontractor certification/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d2162477106525d9602bdf9669a1ed70)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04680487-W 20170917/170915231945-d2162477106525d9602bdf9669a1ed70 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.