Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2011 FBO #3403
MODIFICATION

91 -- NO.2 DIESEL FUEL, NOGALES, AZ

Notice Date
3/18/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
2021 Club Road, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
W911SG11T0083
 
Response Due
3/18/2011
 
Archive Date
9/14/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911SG11T0083 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 FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 424720 with a small business size standard of 100.00 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 2011-03-18 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACC MICC Fort Bliss requires the following items, Brand Name or Equal, to the following: LI 001, VENDOR SHALL PROVIDE N0.2 DIESEL (OVER THE ROAD) FUEL. VENDOR SHALL DELIVER FUEL AS REQUIRED / REQUESTED TO A STATIONARY FUEL TANK LOCATED AT AN EQUIPMENT STAGING SITE ON THE US / MEXICO BORDER, WEST OF THE PORT OF ENTRY, NOGALES, AZ. ESTIMATED FUEL IS 12,000 GALLONS. VENDOR SHALL DELIVER FUEL WITHIN 24 HOURS OF NOTIFICATION. ALL APPLICABLE TAXES AND DELIVERY CHARGES SHALL BE INCLUDED IN COST SUBMISSION. PERIOD OF PERFORMANCE IS AN ESTIMATED TIME FRAME., 12000, GAL; LI 002, VENDOR SHALL PROVIDE ONE (1) 2,000 GALLON, DOUBLE WALL FUEL TANK AND /OR ADEQUATE TANK; DELIVERED TO/FROM EQUIPMENT STAGING SITE ON THE US / MEXICO BORDER, WEST OF THE PORT OF ENTRY, NOGALES, AZ. TANK IS TO INCLUDE A 12 VOLT ELECTRICAL POWERED PUMP, AND FILL NOZZLE TO SERVICE ENGINEER CONSTRUCTION EQUIPMENT. VENDOR SHALL PROVIDE OWN EQUIPMENT TO DELIVER AND PICKUP TANK. COST FOR SETUP AND BREAKDOWN AND ALL APPLICABLE TAXES ARE TO BE INCLUDED IN THE COST OF THE TANK. PERIOD OF PERFORMANCE IS AN ESTIMATED TIME FRAME., 1, 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, USA ACC MICC Fort Bliss 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. USA ACC MICC Fort Bliss 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. 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 michael.rias@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.204-7, Central Contractor Registration, 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. DFAR 252.232-7010, Levies on Contract Payments; and DFAR 252.211-7003 Item Identification and Valuation. 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: 52.212-3, 52.212-5, 52.216-2 and 52.252-2. The full text of FAR and DFAR clauses may be accessed electronically at http://www.acqnet.gov/far and http://farsite.hill.af.mil/. The following DFAR clauses in paragraph (b) of DFAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, will apply: DFAR 252.232-7003, Electronic Submission of Payment Requests; and Alternate III of DFAR 252.247-7023. Delivery shall be made within 12 days or less after receipt of order (ARO). Period of Performance (01 April 2011 thru 23 June 2011) is an Estimated Time Frame. Request No. 2 Diesel Fuel and 2,000 gallon double tank to deliver to equipment staging site on the US/Mexico border, west of the Port of Entry, Nogales, AZ. 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. ORCA Requirement - Company must be registered on ORCA (Online Representations and Certifications Application) before an award could be made to them. If company is not registered in ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/login.aspx. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days of the end of the period of performance. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. Offerors may submit past performance documentation with the submittal. However, systematic past performance data basis may also be used to obtain past performance. Price Past Performance Price and Past Performance are equally weighted. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/718b545240d33b92f90953533b936ba4)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02404551-W 20110320/110318234610-718b545240d33b92f90953533b936ba4 (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.