Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
SOLICITATION NOTICE

36 -- Utility Work machine

Notice Date
9/24/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
330 Camp Street, Providence, RI 02906
 
ZIP Code
02906
 
Solicitation Number
10754193
 
Response Due
9/29/2015
 
Archive Date
3/27/2016
 
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
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 10754193 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 2005-84. The associated North American Industrial Classification System (NAICS) code for this procurement is 423830 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 2015-09-29 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be East Greenwich, RI 02818 The National Guard - Rhode Island requires the following items, Meet or Exceed, to the following: LI 001: Utility Work Machine (see attachment for specifications), 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, National Guard - Rhode Island 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. National Guard - Rhode Island 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. 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. 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. 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 ALT I- 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 DEV, 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. 52.204-7 Central Contractor Registration (JUL 2013),52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (JUL 2013), 52.204-13 System for Award Management Maintenance JUL 2013, 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations-DEC 2014, 52.211-17 Delivery of Excess Quantities SEP 1989, 52.222-3 Convict Labor JUN 2003, 52.222-19Child Labor -- Cooperation with Authorities and Remedies JAN 2014, 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011,52.225-13 Restrictions on Certain Foreign Purchases JUN 2008, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications DEC 2012, 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013, 52.233-1 Disputes MAY 2014, 52.233-3 Protest After Award AUG 1996, 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004, 52.243-1 Changes--Fixed Price AUG 1987, 52.246-1 Contractor Inspection Requirements APR 1984, 52.246-16 Responsibility For Supplies APR 1984, 52.247-34 F.O.B. Destination NOV 1991, 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013, 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011, 252.204-7004 Alt A System for Award Management Alternate A,FEB 2014, 252.211-7008 Use of Government-Assigned Serial Numbers SEP 2010,252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012, 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013, 252.232-7010, Levies on Contract Payments DEC 2006, 252.243-7001 Pricing Of Contract Modifications,DEC 1991. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation); 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation); 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011 Alternative Line Item Structure; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal year 2015 Appropriations (Deviation); 252.211-7003 Item Unique Identification and Valuation; 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System?Statistical Reporting in Past Performance Evaluations; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7000 Buy American-Balance of Payments Program Certificate; 252.225-7001 Buy American and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items In order for your bid to be considered responsive, you must provide the following information: -SPECIFY MANUFACTURER MAKE/MODEL NO. AND PART NO. -DETAILED SPECIFICATIONS OF ALL ITEMS -DUNS NO. -WARRANTY INFORMATION (if any): -PAYMENT TERMS -DELIVERY TERMS -FEDERAL TAX ID -SHIPPING CHARGES (if applicable) -PLACE OF MANUFACTURING:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3358a51cdc8f4eee8bad0bca901db37)
 
Place of Performance
Address: East Greenwich, RI 02818
Zip Code: 02818
 
Record
SN03902729-W 20150926/150925000343-a3358a51cdc8f4eee8bad0bca901db37 (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.