Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
MODIFICATION

93 -- Aluminum Stop Logs

Notice Date
7/30/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
1875 Century Blvd, Atlanta, GA 30345
 
ZIP Code
30345
 
Solicitation Number
0040099974
 
Response Due
7/31/2013
 
Archive Date
1/27/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
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, as supplemented with additional information included in this notice.The solicitation number is 0040099974 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 2005-68. The associated North American Industrial Classification System (NAICS) code for this procurement is 332996 with a small business size standard of 500.00 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 2013-07-31 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Brooksville, MS 39739 The DOI Fish & Wildlife Service requires the following items, Meet or Exceed, to the following: LI 001: 62.5" wide x 17' Tall Slide Gate: (16) 6"x60" Aluminum Stop Log Welded; 1 1/4" Stainless Steel Stem; (12) 6"x60" Aluminum Stoplogs (Loose) (Price should inlude 1-8" and 1 10" puller for 3" pinned stoplogs, 1-8' Puller for T&G Stoplogs, 1, EA; LI 002: 6"x63.5" alum T&G Stoplogs, 32, EA; LI 003: 3/16"x3"x8"x77" Alum T&G Stoplogs w/pins, 22, EA; LI 004: 3/16"x3"x8"x56.5" Alum Stoplogs w/pins, 20, EA; LI 005: 3/16"x3"x8x70.5" Alum Stoplogs w/pins, 20, EA; LI 006: Freight, 1, Fee; 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, DOI Fish & Wildlife Service 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. DOI Fish & Wildlife Service 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 52.212-1 Instructions to Offerors--Commercial items applies to this solicitation with the following addendum. Quotes shall be submitted IAW FEDBID terms & conditions. 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: 1) Lowest Price 2) Technical Capability "Brand name or equal": Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated in the specifications. 3) Past Performance: Past Performance will be evaluated how the organization has performed on similar efforts in size and scope in the past. The Past Performance evaluation will include assessments of service, quality, and ability to meet schedule and provide timely remedies. The Government may consider any information submitted by the offeror or its references as well as any information obtained or maintained by the Government, including any files and Past Performance databases. Past Performance data shall be submitted in accordance with section (b)(10) of clause 52.212-1 included herein. (b) 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. 52.212-3 Offeror Representations and Certifications--Commercial Items, applies to this solicitation and Offeror(s) must complete electronically via System for Award Management (SAM) at www.sam.gov. 52.212-4 Contract Terms and Conditions--Commercial Items, applies to this solicitation with the following addendum: The following terms and conditions have been deleted or updated: (g) Invoice ? Invoices shall be submitted IAW DOI Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) (September 2011). 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orers--Commercial Items, applies to this acquisition and the additional following FAR clauses cited in the clause are applicable to the acquisition: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)); (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644)(23); 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2));x](26) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755); (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126); (28) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (29) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). (E.O. 13513); (39) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d); (47) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.Farsite.hill.af.mil and https://www.acquistion.gov/far/. 52.213-1 Fast Payment Procedure (May 2006) Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Contractor Generated Invoice. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Delivery shall be made by August 30, 2013. Bid MUST be good for 30 calendar days after close of Buy. Expected award date is 08/05/2013. Please do not request award status prior to this date. Award announcement will be made via FEDBID and FEDBIZOPPS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/0040099974/listing.html)
 
Place of Performance
Address: Brooksville, MS 39739
Zip Code: 39739
 
Record
SN03130864-W 20130801/130730235047-e0525e5878940513922ccfb8077d4e74 (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.