Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
MODIFICATION

X -- PORTABLE SHOWER SERVICE

Notice Date
6/12/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
1942 Gaffney Street, Pearl Harbor, HI 96860
 
ZIP Code
96860
 
Solicitation Number
R5704618RCEX013
 
Response Due
6/13/2018
 
Archive Date
12/10/2018
 
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
AMENDMENT 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 R5704618RCEX013 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. The associated North American Industrial Classification System (NAICS) code for this procurement is 562998 with a small business size standard of $7.50M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-06-13 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The FLC - Pearl Harbor requires the following items, Meet or Exceed, to the following: LI 001: Portable shower trailer and support equipment in accordance with the Performance Work Statement for Hickam site, 1, group; LI 002: Portable shower trailer and support equipment in accordance with the Performance Work Statement for Bellows site, 1, group; 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, FLC - Pearl Harbor 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company. 52.204-7: System for Award Management 52.204-10: Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13: SAM Maintenance 52.204-18: Commercial and Government Entity Code Maintenance 52.204-16: Commercial and Government Entity Code Reporting 52.209-6: Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1: Instructions to Offerors -- Commercial Items 52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6: Notice of Total Small Business Set-Aside 52.219-28: Post Award Small Business Program Rerepresentation 52.222-3: Convict Labor 52.222-21: Prohibition of Segregated Facilities 52.222-26: Equal Opportunity 52.222-35: Equal Opportunity for Veterans 52.222-36: Equal Opportunity for Workers With Disabilities 52.222-37: Employment Reports on Veterans 52.222-41: Service Contract Labor Standards 52.222-42: Statement of Equivalent Rates for Federal Hires. 52.222-50: Combating Trafficking in Persons 52.222-55: Minimum Wages Under Executive Order 13658 52.222-62: Paid Sick Leave Under Executive Order 13706 52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13: Restriction on Certain Foreign Purchases 52.232-33: Payment by Electronic Funds Transfer - SAM 52.232-40: Providing Accelerated Payments to Small Business Subcontractors 52.247-34: FOB Destination 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 252.203-7000: Requirements Relating to Compensation of Former DOD Officials 252.203-7005: Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A: System for Award Management 252.204-7011: Alternative Line Item Structure 252.204-7012: Safeguarding of Unclassified Controlled Technical Information 252.204-7015: Disclosure of Information to Litigation Support Contractors 252.223-7008: Prohibition of Hexavalent Chromium 252.225-7048: Export- Controlled Items 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports 252.232-7006: Wide Area Workflow Payment Instructions 252.232-7010: Levies on Contract Payments 252.237-7010: Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000: Subcontracts for Commercial Items 252.247-7023: Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/R5704618RCEX013/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04951808-W 20180614/180612230442-ab0b56b4f0f2b57cce92a8236b71db20 (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.