Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
MODIFICATION

59 -- Stainless Steel Backshell

Notice Date
11/7/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
11 Hap Arnold Blvd, Tobyhanna, PA 18466
 
ZIP Code
18466
 
Solicitation Number
8256037W
 
Response Due
11/5/2018
 
Archive Date
5/4/2019
 
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 8256037W 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 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 2005-101 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 2018-11-05 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Tobyhanna, PA 18466 The APG - Tobyhanna requires the following items, Brand Name or Equal, to the following: LI 001: Stainless Steel Back Shell part number AX1004. Drawings are proprietary. MFG ICORE International Brand name or equal, method of payment WAWF THE AWARD WILL BE BASED ON PRICE. NOTE- IF UNABLE TO MEET THE MINIMUM REQUIRED DELIVERY DATE BID WILL NOT BE CONSIDERED 170 days delivery from time of award IF BIDDING AN ALTERNATE - DRAWING AND SPECS OF ALTERNATE PARTS MUST BE INCLUDED WITH THE BID FOR REVIEW BY OUR ENGINEERS/END USERS. OUR ENGINEERS/END USERS WILL DETERMINE IF PART MEETS OUR REQUIREMENTS AND APPROVE. IF IT IS DETERMINED THE ALTERNATE DOES NOT MEET OUR REQUIREMENTS THE BID WILL NOT BE CONSIDERED. BIDS SUBMITTED WITHOUT SUFFICIENT SPECS WILL NOT BE CONSIDERED, 20, 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, APG - Tobyhanna 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. APG - Tobyhanna 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. 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. 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. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Partial shipments are permitted unless specifically authorized at the time of award. 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 http://www.acqnet.gov/far. 52.209-11 As prescribed in 9.104-7(d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that ” (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. As prescribed in 9.108-5(a), insert the following provision: Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) (a) Definitions. śInverted domestic corporation ť and śsubsidiary ť have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. The offeror represents that ” (1) It [ ] is, [X ] is not an inverted domestic corporation; and (2) It [ ] is, [X] is not a subsidiary of an inverted domestic corporation. 52.212-4, 52.219-6, 52.247-34,252.203-7000, 252.203-7002, 252.204-7012, 252.225-7048,252.213-7000, 5152.233-4001 52.212-5, 52.252-2,252.232-7006 THE PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING APPLICATION WILL BE USED IN THE EVALUATION OF SUPPLIERS' PAST PERFORMANCE IN ACCORDANCE WITH DFARS Buy American Act Supplies UID over $5000.00 each This is a fill in DELIVERIES TO TOBYHANNA ARMY DEPOT (TYAD) CONTRACTING OFFICER'S INSTRUCTIONS DELIVERIES TO TOBYHANNA ARMY DEPOT (TYAD) This applies to any contract with a ship to DoDAAC of W25G1V or SW310Z Contractors must notify their shipper of the following: Deliveries of W25G1V material going to Central Receiving, ASRS, 1C6, or SW310Z material going to Warehouse 7, Bay 5, need to be scheduled utilizing the Carrier Appointment System (CAS). The carriers must register to use the website. The registration process takes approximately 2-3 weeks. https://eta.sddc.army.mil/ETASSOPortal/default.aspx Appointments can be scheduled 24 hours in advance up to two weeks in advance. Contractors that use UPS and FedEx Small Parcel carriers do not have to schedule their deliveries through CAS. Unscheduled deliveries will be asked to call the Transportation Office at 570-615-7354 to schedule an appointment. Carriers may wait to unload if the schedule permits. Shipping and receiving hours for Tobyhanna Army Depot Central Receiving are from 0730 hours to 1500 hours, Monday thru Friday (except on Federal Holidays). If additional information is needed regarding scheduling deliveries, you can contact John Hopkins 570-615-6030. Shipments being delivered by multi-axle vehicles must enter and exit via the TYAD Truck gate, located on Squire Street. Hours of operation for the Truck gate are M-F 0730 until 1530. The Truck gate is closed on Federal Holidays and weekends. Shipments being delivered by standard sized vehicles not exceeding 10 feet in height can use the Main gate, but must obtain a visitors pass and vehicle pass from the Security Office, Building 20. (In either instance, the driver of the vehicle must be in possession of valid vehicle insurance, registration, driver's license with proper endorsement for the size vehicle they are driving, bill of lading/purchase order that shows the contractor/vendor company name, telephone number, point of contact, type of goods and where the delivery is being made at TYAD.) (End of Note) śDriving ť ” (1) Means operating a motor vehicle on an active roadway with the motor running, including while temporarily stationary because of traffic, a traffic light, stop sign, or otherwise. (2) Does not include operating a motor vehicle with or without the motor running when one has pulled over to the side of, or off, an active roadway and has halted in a location where one can safely remain stationary. śText messaging ť means reading from or entering data into any handheld or other electronic device, including for the purpose of short message service texting, e-mailing, instant messaging, obtaining navigational information, or engaging in any other form of electronic data retrieval or electronic data communication. The term does not include glancing at or listening to a navigational device that is secured in a commercially designed holder affixed to the vehicle, provided that the destination and route are programmed into the device either before driving or while stopped in a location off the roadway where it is safe and legal to park. (b) This clause implements Executive Order 13513, Federal Leadership on Reducing Text Messaging while Driving, dated October 1, 2009. (c) The Contractor is encouraged to ” (1) Adopt and enforce policies that ban text messaging while driving ” (i) Company-owned or -rented vehicles or Government-owned vehicles; or (ii) Privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. (2) Conduct initiatives in a manner commensurate with the size of the business, such as ” (i) Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and (ii) Education, awareness, and other outreach to employees about the safety risks associated with texting while driving. (d) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts that exceed the micro-purchase threshold. THE AWARD WILL BE BASED ON PRICE. NOTE- IF UNABLE TO MEET THE MINIMUM REQUIRED DELIVERY DATE BID WILL NOT BE CONSIDERED **IF BIDDING AN ALTERNATE - DRAWING AND SPECS OF ALTERNATE PARTS *MUST* BE INCLUDED WITH THE BID FOR REVIEW BY OUR ENGINEERS/END USERS. OUR ENGINEERS/END USERS WILL DETERMINE IF PART MEETS OUR REQUIREMENTS AND APPROVE. IF IT IS DETERMINED THE ALTERNATE DOES NOT MEET OUR REQUIREMENTS THE BID WILL NOT BE CONSIDERED. BIDS SUBMITTED WITHOUT SUFFICIENT SPECS WILL NOT BE CONSIDERED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/13bc9f460b9177836b52014311fbecf9)
 
Place of Performance
Address: Tobyhanna, PA 18466
Zip Code: 18466-5079
 
Record
SN05146225-W 20181109/181107230736-13bc9f460b9177836b52014311fbecf9 (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.