Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOLICITATION NOTICE

99 -- Water Fountains

Notice Date
5/17/2018
 
Notice Type
Presolicitation
 
Contracting Office
69 Darlington Ave., Wilmington, NC 28403
 
ZIP Code
28403
 
Solicitation Number
W912PM-18-R-0025
 
Response Due
5/29/2018
 
Archive Date
11/25/2018
 
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
Bids are being solicited under solicitation number W912PM-18-R-0025. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 922814. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-05-29 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The USACE - Wilmington District requires the following items, Brand Name or Equal, to the following: LI 001: Wall mounted water fountain and bottle filling station: See Scope of work (attached) for further information., 14, EA; LI 002: Insert; Water fountain / bottle filling station: See Scope of work (attached) for further information., 1, EA; LI 003: Delivery, Demolition, Installation & Disposal of CLINs 0001 and CLIN 0002: See Scope of work (attached) for further information., 15, JOBS; 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, USACE - Wilmington District 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USACE - Wilmington District is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415 with a small business size standard of 1,250 employees. Bid MUST be good for 60 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) 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. NEW equipment ONLY; No remanufactured or 'gray market' items. All items must be covered by the manufacturer's warranty Submitted Quotes will valid for 60 days after the auction closing 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/. FAR 52.202-1, Definitions; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, System for Award Management; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-13, System for Award Management Maintenance; 52.207-4, Economic Purchase Quantity-Supplies; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.214-34, Submission of Offers in the English Language.; 52.214-35, Submission of Offers in U.S. Currency.; 52.219-1. Alt I, Small Business Program Representation; 52.222-50, Combating trafficking in Persons; 52.223-3, Hazardous Material Identification and Material Safety Data; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.225-1, Buy American Act Supplies; 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.232-23, Assignment of Claims; 52.232-37, Multiple Payment Arrangements; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors.; 52.233-1, Disputes; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.243-1, Changes Fixed Price; 52.246-16, Responsibility for Supplies; 52.246-17, Warranty of Supplies of a Noncomplex Nature; 52.246-23, Limitation of Liability; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.253-1, Computer Generated Forms; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A, System For Award Management, Alternate A; 252.204-7006, Billing Instructions; 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure Information to Litigation Support Contractors; 252.211-7003, Item Unique Identification and Valuation; 252.223-7001, Hazard Warning Labels; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.223-7008, Prohibition of Hexavalent Chromium; 252.225-7001, Buy American and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7048, Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments,; 252.243-7001, Pricing of Contract Modifications; 252.244-7000, Subcontracts for Commercial Items; 252.246-7003, Notification of Potential Safety Issues; 252.247-7023 Transportation of Supplies by Sea. FAR and DFARS provisions and clauses are current to the most recent dates posted on http:farsite.hill.af.mil or hettp://www.acquisition.gov The Contracting Officer requests all available additional discounts, IAW FAR 8.405-4 at the time of the Quote submittal. FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ddb643526fb7bbf4647e9143e70ccb3e)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04926065-W 20180519/180517230834-ddb643526fb7bbf4647e9143e70ccb3e (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.