Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
MODIFICATION

53 -- SUP: REVERSER ASSEMBLY TO OPERATE FISH SCREENS

Notice Date
7/21/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
911 NE 11th Avenue, Portland, OR 97232
 
ZIP Code
97232
 
Solicitation Number
RFQ_A17PS00926
 
Response Due
8/18/2017
 
Archive Date
2/14/2018
 
Point of Contact
Name: Tami Gallegos, Title: Contract Specialist, Phone: 5038722862, Fax: 5032316810
 
E-Mail Address
tami.gallegos@bia.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 RFQ_A17PS00926 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 423840 with a small business size standard of 100.00 employees. 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 2017-08-18 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be St. Ignatius, MT 59865 The Bureau of Indian Affairs requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: HTD51997-10S REVERSER ASSEMBLY(SHAFT). NEEDED TO OPERATOR FISHSCREENS PLACED THROUGHOUT THE IRRIGATION PROJECT., 2, EA; LI 002: HTD51900-10-4 SPARE PART KITS. NEEDED TO MAINTAIN FISHSCREENS PLACED THROUGHOUT THE IRRIGATION PROJECT., 4, 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, Bureau of Indian Affairs 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. Bureau of Indian Affairs 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 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 A17PS00926 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 2005-94, 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 423840 with a small business size standard of 100 employees. This requirement is Full and Open, no set-aside. Only qualified offerors that quote on both items will be considered. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Representative and Certification include 52.212-1 Instructions to Offerors “ Commercial Items (JAN 2017), 52.212-2 Evaluation “ Commercial Items (OCT 2014) with descending order of importance of Technical capability, Past Performance, then Price. In addition, Technical capability and Past performance when combined, are not equal when compared to price. 52.212-3 Offeror Representations and Certifications “ Commerical Items (JAN 2017). All Clauses may be accessed at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) sites: http://www.acquisition.gov/far http://www.doi.gov/pam http://edocket.access.gpo.gov/2010/2010-7967.htm 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. FAR Clause 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): 52.222-3, 52.222-19, 52.222-21, 52.223-18, 52.232-33, and 52.242-5. 52.252-2 Clauses Incorporated by Reference. (FEB 1998): 1452.203-70 Restriction on Endorsement (JUL 1996), 1452.226-70 Indian Preference (APR 1984), 1452.226-71 Indian Preference Program (APR 1984), 52.212-4 Contract Terms and Conditions “ Commercial Items (JAN 2017), Unilateral Deobligation of Unexpended Funds, Electronic Invoicing and Payment Requirements “ Invoice Processing Platform (IPP)(April 2013), 52.203-98 Prohibition of Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (DEVIATION 2015-02)(FEB 2015), 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02). Attachment 001 (3 pages) Information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RFQ_A17PS00926/listing.html)
 
Place of Performance
Address: St. Ignatius, MT 59865
Zip Code: 59865
 
Record
SN04589560-W 20170723/170721234431-09f1e9eb747d346e3c8ffd6849eac050 (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.