Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
MODIFICATION

J -- Repair Federal Government Owned 2009 Chevrolet Tahoe

Notice Date
8/9/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 Pennsylvania Avenue, NW, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
20069882
 
Response Due
8/29/2012
 
Archive Date
2/25/2013
 
Point of Contact
Name: Sharon Brown, Title: Contract Specialist, Phone: 2022828000, Fax:
 
E-Mail Address
sharon.brown1@dhs.gov;
 
Small Business Set-Aside
N/A
 
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 20069882 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 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 811118 with a small business size standard of $7.00M.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 2012-08-29 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Tomball, TX 77375 The DHS Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, FRONT BUMPER: Replace Bumper Cover + clear coat, 1, au; LI 002, FRONT BUMPER: Replace Air Deflector $WD, 1, au; LI 003, FRONT BUMPER: Replace Center Support, 1, au; LI 004, FRONT BUMPER: Replace RT bumper cover side bracket, 1, au; LI 005, FRONT BUMPER: Replace LT bumper cover side bracket, 1, au; LI 006, FRONT BUMPER: Replace impact bar 2nd design, 1, au; LI 007, GRILLE: Replace Lower grille black, 1, au; LI 008, GRILLE: Replace Upper grille black, 1, au; LI 009, GRILLE: Replace Mount panel, 1, au; LI 010, RADIATOR SUPPORT: Replace Radiator support, 1, au; LI 011, RADIATOR SUPPORT: Replace Lower shield, 1, au; LI 012, FENDER: Repair RT Fender Tahoe + clear coat, 1, au; LI 013, FENDER: Repair LT Fender Tahoe + Overlap Major Non-Adj. Panel + Add clear coat., 1, au; LI 014, AIR CONDITIONER & HEATER: Replace Condenser + Evacuate & recharge, 1, au; LI 015, COOLING: Replace RECORE Radiator 5.3 liter code APC, ASA, ATS, 1, au; LI 016, COOLANT: Repair Frame horns LT and RT, 1, au; LI 017, FRONT LAMPS: Replace RT Headlamp assy, 1, AU; LI 018, FRONT LAMPS: Replace LT Headlamp assy, 1, AU; LI 019, FRONT LAMPS: Align FT end, 1, AU; LI 020, Hazardous waste removal, 1, AU; LI 021, Replace cover car, 1, EA; LI 022, Replace two (2) strobe lights 185.00 + 30%, 2, EA; LI 023, Replace One Siren 200.00 + 30%, 1, EA; LI 024, Body Labor, 1, AU; LI 025, Paint Labor, 1, AU; LI 026, Mechanical Labor, 1, AU; LI 027, Paint, 1, au; 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 Customs and Border Protection 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 Customs and Border Protection 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be 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. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Offeror(s) shall propose in accordance with the attached Statement of Work titled "Department of Homeland Security(DHS), Customs and Bordr Protection (CBP), Office of Asset Management (AM) Statement of Work to Repair Federal Government Owned Vehicle." All proposing vendors shall have an ASE certified repair facility. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 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/. 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. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsible offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if it is a state certified motor vehicle repair facility and its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. 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.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. The site visit is located at the Galveston Marine Unit; Houston Air/Marine Branch; 601 Rosenberg St. Galveston, TX. 77550. Offeror?s shall contact the Contract Specialist, via email only at sharon.brown1@dhs.gov. DEADLINE for contacting Ms. Brown shall be Wednesday, August 15, 2012. NO PROMISE or assurances are made or implied as a result of the aforementioned site visit. Authority to obligate the government is provided to the Contracting Officer (CO) only. No representative(s) of the government, at the site, have authority to obligate the government. Repair shop shall be located within 150 miles of zipcode 77550. Repair shops shall have mechanics that are ASE (Automotive Service Excellence) certified. Repair shop shall provide official proof that it is recognized under the ASE "Blue Seal of Excellence Recognition Program" or the AAA "Approved Auto Repair Network." Please be advised that deceptive trade practices under the Consumer Protection Act prohibits the following: Under this law, it is illegal to: Knowingly make a false or misleading statement about the need for parts, replacement or repair service. State that work has been done or parts were replaced when that is not true. Represent that goods are original or new, when in fact they are second-hand or refurbished. Advertise goods or services with intent not to sell them as advertised.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20069882/listing.html)
 
Place of Performance
Address: Tomball, TX 77375
Zip Code: 77375
 
Record
SN02832436-W 20120811/120810000122-d92dc3279174166803a1bfd300ec2ccf (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.