MODIFICATION
99 -- MULTI-RECEPTACLE Contractors Style Light Tower with a Diesel Engine
- Notice Date
- 10/26/2006
- Notice Type
- Modification
- Contracting Office
- 415 N. 15th Street, Baton Rouge, LA 70802
- ZIP Code
- 70802
- Solicitation Number
- HSFELA-06-P-7751
- Response Due
- 10/27/2006
- Archive Date
- 4/25/2007
- Point of Contact
- Name: Ann Morris, Title: Contract Specialist, Phone: 2253765188, Fax: 2253794030, Name: Dan Peavler, Title: Sourcing Agent, Phone: 817.907.3877, Fax: 703.442.7822,
- E-Mail Address
-
ann.morris@dhs.gov;, dan.peavler@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, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSFELA-06-P-7751 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 561790 with a small business size standard of $5M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Friday, October 27, 2006 at 14:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS FEMA Transition Recovery Office Louisiana requires the following items, MEET OR EXCEED, to the following: LI 001, MULTI-RECEPTACLE Contractors Style Light Tower with a Diesel Engine and a 10kw Gen-set. Diesel Package powering 4 - 1000w Metal Halide Floodlights Mounted on a 28ft Manual Telescoping Tower, 360 rotate, trailer mounted with towing package. Operates for 48hrs on 50 gal. tank. Illuminates 5 to 7 acreas.. Water-Cooled Diesel with Engine safety shutdowns. 10kw,120/240v,1ph, 60hz, 1800rpm Generator. 50gal.fuel tank(48hrs). Control Panel with individual Light Switches, Hour and Amp Gauges, 2-120volt GFI Outlets, 1- 30amp,125/250v receptacle. 4 - 1000w Metal Halide Floodlights, 28ft. Manual Telescoping Tower, 360 rotate,Heavy gauge Galvanized Steel Trailer Frame, 3500lb rated axle, 15in. radial tires with white spoke rims and Galvanized Fenders. DOT towing package. Power Coat Corrosion-Resistant gen-set cabinet Painted - Yellow, 14, EA; LI 002, MAINTENANCE:Should include: Service every 200 hours, estimated, one service per month. Service(-changing fuel filter, oil filter, oil, and air filter. Inspect for damages and repair., 14, EA; LI 003, LEASE OF MULTI-RECEPTACLE Contractors Style Light Tower with a Diesel Engine and a 10kw Gen-set. Diesel Package powering 4 - 1000w Metal Halide Floodlights Mounted on a 28ft Manual Telescoping Tower, 360 rotate, trailer mounted with towing package. Operates for 48hrs on 50 gal. tank. Illuminates 5 to 7 acreas.. Water-Cooled Diesel with Engine safety shutdowns. 10kw,120/240v,1ph, 60hz, 1800rpm Generator. 50gal.fuel tank(48hrs). Control Panel with individual Light Switches, Hour and Amp Gauges, 2-120volt GFI Outlets, 1- 30amp,125/250v receptacle. 4 - 1000w Metal Halide Floodlights, 28ft. Manual Telescoping Tower, 360 rotate,Heavy gauge Galvanized Steel Trailer Frame, 3500lb rated axle, 15in. radial tires with white spoke rims and Galvanized Fenders. DOT towing package. Power Coat Corrosion-Resistant gen-set cabinet Painted - Yellow LEASE SHOULD INCLUDE MAINTENANCE FOR THE 12 MONTH PERIOD. PERIOD OF PERFORMANCE WILL BE 11-01-2006 THRU 10-31-2007 WITH 4 OPTION YEARS., 14, EA; For this solicitation, DHS FEMA Transition Recovery Office Louisiana 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. DHS FEMA Transition Recovery Office Louisiana is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer 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 offers, 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, contact Ann Morris at ann.morris@dhs.gov or FedBid.com 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 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 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. 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 Ann.Morris@dhs.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Delivery shall be made NLT November 1, 2006 after receipt of order (ARO). Pricing for both the purchase and lease of equipment is requested, award will be made based on a comparison of the two prices and a best value determination. 12301 Six Flags Parkway, New Orleans, LA 70129 All pricing should include any shipping or delivery costs related to this procuremnet. No additional shipping or freihgt costs will be paid by the government.
- Web Link
-
www.fedbid.com (b-35020, n-4535)
(http://www.fedbid.com)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Country: Multiple
- Zip Code: Multiple
- Record
- SN01171158-W 20061028/061026220341 (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 |