Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

W -- Light Towers - Fort Irwin, CA

Notice Date
5/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1676 Evans St. Bldg 1220,, Fort Carson, CO 80913
 
ZIP Code
80913
 
Solicitation Number
W911RZ-17-Q-0062
 
Response Due
5/22/2017
 
Archive Date
11/18/2017
 
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
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 W911RZ-17-Q-0062 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 532412 with a small business size standard of $32.50M. 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 2017-05-22 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The MICC Fort Carson requires the following items, Meet or Exceed, to the following: LI 001: LIGHT TOWERS- RUBA Light Towers equipped with a towing pintle, with minimum of (4) 1,000 watt bulbs,run on low sulfur diesel. IAW the SOW. Vendor shall provide an individual quote within their description of what it costs per day for one light tower in this location. Period of Performance 11 JUN 2017 - 14 JUL 2017(34 Days). Location: RUBA,NTC, Fort Irwin, California., 10, EA; LI 002: LIGHT TOWERS- SANTA FE Light Towers equipped with a towing pintle, with minimum of (4) 1,000 watt bulbs,run on low sulfur diesel. IAW the SOW. Vendor shall provide an individual quote within their description of what it costs per day for one light tower in this location. Period of Performance 21 JUN 2017 - 7 JUL 2017(17 Days). Location: SANTE FE, NTC, Fort Irwin, California., 10, EA; LI 003: LIGHT TOWERS- YERMO Light Towers equipped with a towing pintle, with minimum of (4) 1,000 watt bulbs, run on low sulfur diesel. IAW the SOW. Vendor shall provide an individual quote within their description of what it costs per day for one light tower in this location. Period of Performance 12 JUN 2017 - 20 JUN 2017(9 Days). Location: YERMO, NTC, Fort Irwin, California., 10, EA; LI 004: LIGHT TOWERS- YERMO Light Towers equipped with a towing pintle, with minimum of (4) 1,000 watt bulbs, run on low sulfur diesel. IAW the SOW. Vendor shall provide an individual quote within their description of what it costs per day for one light tower in this location. Period of Performance 7 JUL 2017 - 16 JUL 2017(11 Days). Location: YERMO, NTC, Fort Irwin, California., 10, EA; LI 005: LIGHT TOWERS- FASP Light Towers equipped with a towing pintle, with minimum of (4) 1,000 watt bulbs, run on low sulfur diesel. IAW the SOW. Vendor shall provide an individual quote within their description of what it costs per day for one light tower in this location. Period of Performance 15 JUN 2017 - 14 JUL 2017(30 Days). Location: FASP, NTC, Fort Irwin, California., 10, EA; LI 006: LIGHT TOWERS- BICYCLE LAKE Light Towers equipped with a towing pintle, with minimum of (4) 1,000 watt bulbs, run on low sulfur diesel. IAW the SOW. Vendor shall provide an individual quote within their description of what it costs per day for one light tower in this location. Period of Performance 11 JUN 2017 - 22 JUN 2017(12 Days). Location: BICYCLE LAKE, NTC, Fort Irwin, California., 5, EA; LI 007: LIGHT TOWERS- BICYCLE LAKE Light Towers equipped with a towing pintle, with minimum of (4) 1,000 watt bulbs, run on low sulfur diesel. IAW the SOW. Vendor shall provide an individual quote within their description of what it costs per day for one light tower in this location. Period of Performance 23 JUN 2017 - 4 JUL 2017(12 Days). Location: BICYCLE LAKE, NTC, Fort Irwin, California., 1, EA; LI 008: LIGHT TOWERS- BICYCLE LAKE Light Towers equipped with a towing pintle, with minimum of (4) 1,000 watt bulbs, run on low sulfur diesel. IAW the SOW. Vendor shall provide an individual quote within their description of what it costs per day for one light tower in this location. Period of Performance 5 JUL 2017 - 11 JUL 2017(7 Days). Location: BICYCLE LAKE, NTC, Fort Irwin, California., 5, EA; LI 009: LIGHT TOWERS- ATHP (New York) Light Towers equipped with a towing pintle, with minimum of (4) 1,000 watt bulbs, run on low sulfur diesel. IAW the SOW. Vendor shall provide an individual quote within their description of what it costs per day for one light tower in this location. Period of Performance 3 JUL 2017 - 7 JUL 2017(5 Days). Location: ATHP (New York), NTC, Fort Irwin, California., 4, EA; LI 010: LIGHT TOWERS- DIV TAC (Bldg 509) Light Towers equipped with a towing pintle, with minimum of (4) 1,000 watt bulbs, run on low sulfur diesel. IAW the SOW. Vendor shall provide an individual quote within their description of what it costs per day for one light tower in this location. Period of Performance 19 JUN 2017 - 8 JUL 2017(20 Days). Location: DIV TAC (Bldg 509), NTC, Fort Irwin, California., 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, MICC Fort Carson 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. MICC Fort Carson 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. In responding to this request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Regardless of the terminology used in each RFQ ("Brand Name or Equal", or "meet minimum stated specifications), the information describing what you are offering must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of an item that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency. Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer. If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" product, your seller bid specification must state: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your response does not contain all of the required information called out in this notice, your quote will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is 532490 with the related size standard of $32.5M. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS prior to receipt of quote in order to receive an award. Offeror are reminded that failure to comply shall render their quote as non-responsive. Fedbid is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527. The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the HQ, AMC to obtain the AMC-Level Protest procedures. 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 - 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, 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. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. 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. Bid MUST be good for 90 calendar days after close of Buy. NOTE 1: Location(s) and/or quantity may be subject to change. Please note, due to the nature of the training exercises conducted, the POP dates may shift slightly. In the event this happens, the contracting Officer will notify contractor within 12- 24 hrs to make adjustments accordingly. The U.S. Government shall not be charged for equipment returned early. NOTE 2: The Government does reserve the option to vary quantities by+/- 30% due to operational requirements and to make multiple awards to meet said requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4773fe4cdfa1922b59d5466d761183d0)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04513535-W 20170520/170518235135-4773fe4cdfa1922b59d5466d761183d0 (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  © 1994-2020, Loren Data Corp.