Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
MODIFICATION

28 -- International MaxxForce 7 engine with accessories

Notice Date
4/25/2018
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB134118RQ0184
 
Archive Date
5/12/2018
 
Point of Contact
Erik Frycklund, Phone: 3019756176
 
E-Mail Address
erik.frycklund@nist.gov
(erik.frycklund@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Effective 2:00pm EST 04/25/2018: This synopsis is hereby amended to dissolve the small business set aside and now is being procured as a full and open competition. All vendors meeting the Government's requirement are encouraged to quote. The due date for quotations is hereby extended until 1pm EST 04/27/2018. No additional changes have been made. This synopsis is hereby amended to change the Governments engine requirements and extend the due date for quotation. COMBINED SYNOPSIS/SOLICITATION SB134118RQ0184 Procurement of an International Brand only Maxxforce 7 diesel engine This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective 24 January 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 333618 with a small business size standard of 1500 Employees. The National Institute of Standards and Technology's (NIST), Fire Protection Group requires the purchase of a replacement ambulance engine and associated parts meeting the minimum specifications within the attached requirements document. Responsible quoters shall provide pricing for the following Line Items: Line Item 0001: One (1) Maxxforce 7 diesel engine, part number 5010795R91 from an authorized International dealer along with all listed components meeting the minimum requirements of the attached document. Any remanufactured or refurbished parts must be clearly designated within the quotation. All of the required submissions listed below must be included along with quotation to be determined technically acceptable. DELIVERY Delivery shall be within 30 days of the date of award. The items shall be shipped F.O.B. Destination to: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY 100 Bureau Drive Gaithersburg MD 20899-0001 FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. ***REQUIRED SUBMISSIONS to be Determined Technically Acceptable.*** All Contractors shall submit the following: 1.For the purpose of evaluation of Technical Acceptability: Quoters shall provide documentation that demonstrates the quoted instrument's ability to meet or exceed the minimum specifications in accordance with the requirements document. Quoters shall also provide documentation showing current International dealer authorization number to sell International Brand products. For the purpose of Price: Quoters shall provide firm-fixed price quotations for Line Items 0001. 2.Quoters shall include a completed copy of all required solicitation provisions contained in the attached Applicable Provisions/Clauses document (required provisions are highlighted) 3.If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. 4.Quoters shall provide an active DUNS # for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Only quotations from International Brand authorized small business dealers meeting all of the specification set forth with in this synopsis will be determined technically acceptable. Technically acceptable means that the Contractor provides a product that meets the required specifications in the requirements document. Price will be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Requirements Document 2. Applicable Clauses & Provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB134118RQ0184/listing.html)
 
Record
SN04900665-W 20180427/180425230827-27012df04cd6f1f7df56d554f66a7fc6 (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.