Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2019 FBO #6259
SOLICITATION NOTICE

39 -- OPTION - Tele-Handler Forklifts

Notice Date
1/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
Contracting Office
500 C Street, SW, Washington, DC 20472
 
ZIP Code
22030
 
Solicitation Number
70FBR919Q00000031_01
 
Response Due
1/11/2019
 
Archive Date
7/10/2019
 
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
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 70FBR919Q00000031_01 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 532412 with a small business size standard of $32.50M. 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 2019-01-11 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Saipan, MP 96950 The DHS Federal Emergency Management Agency requires the following items, Brand Name or Equal, to the following: Base Period of Performance: 01/18/2019 - 02/18/2019 LI 001: Lease of 2 Cat TL1055C Telehandlers (5 Ton), 2, MO; LI 002: Lease of 2 Cat TL255 Telehandlers (2.55 Ton), 1, EA; LI 003: Mobilization & Demobilization to Guam Port of Authority, 3, EA; LI 004: Transportation, 3, EA; Option 1 Period of Performance: 02/19/2019 - 03/19/2019 LI 001: Lease of 2 Cat TL1055C Telehandlers (5 Ton), 2, MO; LI 002: Lease of 2 Cat TL255 Telehandlers (2.55 Ton), 1, EA; LI 003: Mobilization & Demobilization to Guam Port of Authority, 3, EA; LI 004: Transportation, 3, EA; Option 2 Period of Performance: 03/20/2019 - 04/20/2019 LI 001: Lease of 2 Cat TL1055C Telehandlers (5 Ton), 2, MO; LI 002: Lease of 2 Cat TL255 Telehandlers (2.55 Ton), 1, EA; LI 003: Mobilization & Demobilization to Guam Port of Authority, 3, EA; LI 004: Transportation, 3, EA; Option 3 Period of Performance: 04/21/2019 - 05/21/2019 LI 001: Lease of 2 Cat TL1055C Telehandlers (5 Ton), 2, MO; LI 002: Lease of 2 Cat TL255 Telehandlers (2.55 Ton), 1, EA; LI 003: Mobilization & Demobilization to Guam Port of Authority, 3, EA; LI 004: Transportation, 3, EA; Option 4 Period of Performance: 05/22/2019 - 06/22/2019 LI 001: Lease of 2 Cat TL1055C Telehandlers (5 Ton), 2, MO; LI 002: Lease of 2 Cat TL255 Telehandlers (2.55 Ton), 1, EA; LI 003: Mobilization & Demobilization to Guam Port of Authority, 3, EA; LI 004: Transportation, 3, 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 Federal Emergency Management Agency 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 Federal Emergency Management Agency 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 OCONUS 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) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" 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 https://www.acquisition.gov/far/. (a) Set-aside area. The area covered in this contract is: Saipan, Tinian. (b) Representations. The offeror represents that it odoes o does not reside or primarily do business in the designated set-aside area. (c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months ” (1) The offeror had its main operating office in the area; and (2) That office generated at least half of the offeror ™s gross revenues and employed at least half of the offeror ™s permanent employees. (d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include ” (1) Physical location(s) of the offeror ™s permanent office(s) and date any office in the set-aside area(s) was established; (2) Current state licenses; (3) Record of past work in the set-aside area(s) (e.g., how much and for how long); (4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5) Percentage of the offeror ™s gross revenues attributable to work performed in the set-aside area; (6) Number of permanent employees the offeror employs in the set-aside area; (7) Membership in local and state organizations in the set-aside area; and (8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/70FBR919Q00000031_01/listing.html)
 
Place of Performance
Address: Saipan, MP 96950
Zip Code: 96950-0001
Country: US
 
Record
SN05192060-F 20190112/190110230042 (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.