Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
MODIFICATION

41 -- 20072130-2

Notice Date
8/29/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
ATTN: Procurement, Tucson, AZ 85705
 
ZIP Code
85705
 
Solicitation Number
20072130-2
 
Response Due
8/31/2012
 
Archive Date
2/27/2013
 
Point of Contact
Name: Teresa Nechvatal, Title: Contract Specialist, Phone: 5204072807, Fax: 5204072810
 
E-Mail Address
teresa.nechvatal@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 20072130-2 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 334512 with a small business size standard of 500.00 employees.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 2012-08-31 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Tucson, AZ 85711 The DHS Customs and Border Protection requires the following items, Meet or Exceed, to the following: LI 001, Ruggedized Cooling System - A/C System Part/Model Number DC6500PC See attached Statement of Work (SOW) for additional information, 6, EA; LI 002, Set of four (4) Lithium Batteries Part/Model Number 12v31-100 See attached Statement of Work (SOW) for additional information, 6, EA; LI 003, Honda Generator (camo) Part/Model Number EU20001 See attached Statement of Work (SOW) for additional information, 6, EA; LI 004, Reliance Parallel Power Cable Part/Model Number GPK30RV See attached Statement of Work (SOW) for additional information, 6, EA; LI 005, 120VAC Charger See attached Statement of Work (SOW) for additional information, 6, 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 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. 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. 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. 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 52.202-1, Definitions; FAR 52.203.2, Certificate of Independent Price Determination; FAR 52.203-3, Gratuities; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.203-8, Cancellation, Recession, and Recovery of Funds For Illegal or Improper Activity; FAR 52.203-10, Price or Fee Adjustment for Improper or Illegal Activity; FAR 52.203-13 Contractor Code of Business Ethics and Conduct; FAR 52.203-14, Display of Hotline Poster; FAR 52.204-1, Approval of Contract; FAR 52.204-3, Taxpayer Identification; FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.204-7, Central Contractor Registration; 52.204-8, Annual Representations and Certifications; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.209.5, Certification Regarding Responsibility Matters; FAR 52.209-6, Protecting the Government?s Interest When Subcontracting with the Contractor?s Debarred, Suspended or Proposed for Debarment; FAR 52.209-7, Information Regarding Responsibility Matters; FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.210.-1, Market Research; FAR 52.211-5, Material Requirements; FAR 52.211-8, Time of Delivery; FAR 52.211-16, Variation in Quantity; FAR 52.212-1, Instructions to Offerors ? Commercial Items; FAR 52.212-3, Offerors Representations and Certifications-Commercial Items; 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; FAR 52.214-3, Amendments to Invitations for Bid; FAR 52.214-4, False Statements in Bids; FAR 52.214-5, Submission of Bids; FAR 52.214-6, Explanation to Prospective Bidders; FAR 52.214-7, Late Submissions, Modifications and Withdrawals of Bids; FAR 52.214-12, Preparation of Bids; FAR 52.214-15, Period of Acceptance for Bids; FAR 52.215-19, Notification of Ownership Changes; 52.216-7, Allowable Cost and Payment; FAR 52.216-24, Limitation of Government Liability; FAR 52.216-25, Contract Definitization, FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend The Term of the Contract; FAR 52.219-1, Small Business Program Representation; FAR 52.219-6, Notice of Total Small Business Set Aside; Program Representation; FAR 52.222-4, Contract Work Hours and Safety Standards Act; FAR 52.222-41, Service Contract Act; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-44, Fair Labor Standards Act and Service Contract Act ? Price Adjustment for Multiple and Option Year Contracts; 52.222-50, Combating Trafficking in Persons; FAR 52.223-17, Affirmative Procurement of EPA designated items in Service and Construction Contracts; FAR 52.223-1, Policies to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act ? Supplies; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities; FAR 52.228-7, Insurance ? Liability to Third Persons; FAR 52.232-1, Payments; FAR 52.232-8, Discounts for Prompt Payment; FAR 52.232-11, Extras; FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.242-1, Notice of Intent to Disallow Costs; FAR 52.242-13, Bankruptcy; FAR 52.242-14, Suspension of Work; FAR 52.242-15, Stop Work Order, FAR 52.243-1, Changes ? Fixed Price; FAR 52.243-7, Notification of Changes; FAR 52.244?6, Subcontracts for Commercial items; FAR 52.245-1, Government Property; FAR 52.246-5, Inspection of Services ? Fixed Price; FAR 52.247-29, FOB ? Origin; FAR 52.249-1, Termination for the Convenience of the Government ? Fixed Price; FAR 52.249-8, Default Fixed Price - Supply and Service. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.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 responsive 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 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 Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20072130-2/listing.html)
 
Place of Performance
Address: Tucson, AZ 85711
Zip Code: 85711
 
Record
SN02859835-W 20120831/120829235236-de23523ad2638048306a3d1b04755806 (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.