Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2013 FBO #4137
MODIFICATION

J -- Vehicle Repair in San Antonio TX

Notice Date
3/21/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
Box 25046 MS 204, Denver, CO 80225
 
ZIP Code
80225
 
Solicitation Number
0040077579
 
Response Due
4/3/2013
 
Archive Date
9/30/2013
 
Point of Contact
Name: Don Downey, Title: Contract Specialist, Phone: 3032369331, Fax: 3032365859
 
E-Mail Address
ddowney@usgs.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 0040077579 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 2005-65. 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 2013-04-03 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be SAN ANTONIO, TX 78249 The US Geological Survey requires the following items, Meet or Exceed, to the following: LI 001: Repair 2009 Ford Escape 4x2 Hybrid, I433022, VIN 1FMCU49309KD02276 with a 4-2.5L G/E engine; was hit by a deer resulting in damage to the driver?s side front end. All visible and any underlying damage to the vehicle shall be repaired per the attached Performance Work Statement., 1, JOB; 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, US Geological Survey 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. US Geological Survey 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. CERTIFICATION REGARDING A FELONY CONVICTION UNDER ANY FEDERAL LAW OR AN UNPAID FEDERAL TAX LIABILITY (a) In accordance with sections 433 and 434 of Division E of the Consolidated Appropriations Act, 2012 (Pub. L. 112-74), none of the funds made available by the Act may be used to enter into a contract with any corporation that - (1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agent and made a determination that this further action is not necessary to protect the interests of the Government. (2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror certifies that - (1) is not [x] a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months; (2) Is not [x] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End or provision) ***Should the Offeror not comply with the above mentioned term, notification to the government shall be made by submitting notification through FedBid's 'Submit a Question' button. The government may modify the Buy accordingly. Non Compliance Instruction *FELONY CONVICTION UNDER ANY FEDERAL LAW OR AN UNPAID FEDERAL TAX LIABILITY Should the Offeror not conform with the above mentioned term, notification to the government shall be made by using FedBid's 'Submit a Question' button. The government may modify the Buy. 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. FAR CLAUSE 52.211-6 BRAND NAME OR EQUAL incorporated by Reference. Manufacturer Information: ___________________________ GS0110BRAND NAME OR EQUAL INSERTS(JULY 2001) Bids including other-than-Brand Name products/services shall include supporting documentation that demonstrates the capabilities of the product/service to meet ALL salient characteristics. To comply with FAR 52.211-6 Please provide the following information about an other than Brand Name product: Line Item Number _______ BIDDING ON/PROPOSING: Manufacturer's Name ___________________________ Address, Phone & Website _______________________________________ Brand or Product Name__________________________ Model Name & No. ______________________________ New Equipment and Remanufactured or "gray market" items are allowed. All replacement items must be covered by the manufacturer's or rebuilder's warranty. System for Award Management (SAM) found at www.sam.gov Please note the requirements for using the System for Award Management (SAM) found at www.sam.gov to enroll in the Central Contractor Registration (CCR) and for completion of the Online Representations and Certifications as contained in the terms of this buy. A seller must have a current registration in the following four databases to receive this award: 1. CCR Requirement The USGS requires registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. 2. FEDCONNECT Requirement Awards will be made to vendors registered in the FedConnect database. Vendors may complete registration in FedConnect at https://www.fedconnect.net. 3. ORCA Requirement 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 www.sam.gov 4. IPP Requirement Electronic Invoicing and Payment Requirements - Internet Payment Platform (lPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). The selected seller must comply with the attached commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to vendors - Commercial Items, applies to this acquisition; FAR 52.212-3, Vendor Representations and Certifications - Commercial Items - the selected vendor 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 attached clauses in paragraph (b). The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Award evaluation criteria utilized to evaluate Bids is specified in evaluation factors as follows. This evaluation criteria supersedes the evaluation criteria as stated in above instructions, Evaluation Criteria Basis of Award. Evaluation based on lowest price, technically acceptable: To be deemed technically acceptable, the product/service shall meet or exceed requirement to be in business to repair automobile damages resulting from a collision. Seller shall include documentation, not to exceed 3 pages, describing business. Seller shall provide documentation, not to exceed 3 pages, that shows that the seller is in business for vehicle collision repair. The TL and Contracting Officer will review the documentation and may visit the seller's shop to determine the seller is responsible to complete the collision repair for this vehicle. Offerors or quoters are urged and expected to inspect the vehicle for which services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the vehicle constitute grounds for a claim after contract award. Site Visit scheduled for FRIDAY, MARCH 29, 2013 at 10:00am San Antonio TX time. Location: All sellers shall meet the TL at the San Antonio USGS South Texas Program Office, 5563 DeZavala Road, Suite 290, San Antonio, TX 78249-3822 The Technical Liaison (TL) assigned for this contract is: Michael Nyman, Phone: 210-691-9205 or 210-827-7127,Email: mbnyman@usgs.gov, U.S. Geological Survey, South Texas Program Office, 5563 DeZavala Road, Suite 290, San Antonio, TX 78249-3822.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/0040077579/listing.html)
 
Place of Performance
Address: SAN ANTONIO, TX 78249
Zip Code: 78249-3822
 
Record
SN03017556-W 20130323/130321234455-2794462a5aaa35f2045d9789f62bf45c (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.