Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
MODIFICATION

41 -- Industrial Fans and Cooling System Schaefer Ventilation and Portacool LLC Models or Equivalent Items

Notice Date
3/6/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
Hwy. 547 Attn:B562-3C, Lakehurst, NJ 08733
 
ZIP Code
08733
 
Solicitation Number
N68335-17-T-0068
 
Response Due
3/20/2017
 
Archive Date
9/16/2017
 
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 N68335-17-T-0068 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 333413 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-03-20 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Joint Base MDL, NJ 08733 The NAWC-AD Lakehurst requires the following items, Brand Name or Equal, to the following: LI 001: Hurricane Fan, Quantity 2, P/N VKM42-2-B-0 Schaefer Ventilation Model or Equivalent., 2, EA; LI 002: 48 Portable Cooling Fan, Quantity 2, P/N PAC2K482S Portacool LLC Model or Equivalent., 2, 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, NAWC-AD Lakehurst 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.209-7, Information Regarding Responsibility Matters (FEB 2012); and FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the offeror must submit a completed copy of the listed representations and certifications with its proposal or indicate that these representations and certifications can be found on the System for Award Management(SAM); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran Representation and Certification (DEC 2012); 52.228-8 Liability and Insurance-Leased Motor Vehicles (MAY 1999); 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): 52.209-10, 52.219-6,52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.233-3 and 52.233-4. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 252.203-7005, Representation Relating to Compensation of Former DoD Officials (APR 2012); 252.204-7011, Alternative Line Item Structure (SEP 2011); 252.212-7000, Offeror Representations and Certifications Commercial Items (JUN 2005); 252.212-7001, Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2012); 252.215-7007, Notice of Intent to Resolicit (JUN 2012); 252.215-7008, Only One Offeror (JUN 2012); 252.225-7001, Buy American Act & Balance of Payments (DEC 2012); 252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013); 252.232-7010, Levies on Contract Payments (DEC 2006); DFARS Clause 252.211-7003 - Item Identification and Valuation applies. Any end item whose unit cost is valued $5,000 or more shall incorporate this clause. UID costs shall be incorporated into the proposed unit cost of the item. 52.212-2 Evaluation - Commercial Items applies. Award SHALL be made to the lowest priced, technically acceptable offeror. Technical Acceptability shall be determined based on the evaluation of the descriptive literature provided by the offeror to ensure that the proposed item meets the requirements of the solicitation in accordance with FAR 52.211-6 -- Brand Name or Equal. When packages for all items must be marked for MC135T Iwakuni, Attn: David Leunig.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-T-0068/listing.html)
 
Place of Performance
Address: Joint Base MDL, NJ 08733
Zip Code: 08733-0000
 
Record
SN04424202-W 20170308/170306234517-4bad2396adcb9ffa55897f913f8f170d (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.