SOLICITATION NOTICE
V -- Master BPA - DR 4344-CA MHU Blocking and Bracing
- Notice Date
- 5/18/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1500 Main Street, Baton Rouge, LA 70802
- ZIP Code
- 70802
- Solicitation Number
- 70FBR918Q00000007
- Response Due
- 5/23/2018
- Archive Date
- 11/19/2018
- 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
- 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 70FBR918Q00000007 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 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 484220 with a small business size standard of $27.50M. 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 2018-05-23 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 05/30/2018 - 06/30/2018 LI 001: Request local contractor to support blocking and bracing needed on 200 FEMA MHU ™s located at McClellan Staging Yard located at 4810 Patrol Rd. 95652 Sacramento CA. Vendor responsible for blocking/bracing MHU ™s using 8 x16 x8 cinderblocks and lumber for MHU ™s that have already been purchased by FEMA. Vendor responsible for any additional material needed to complete this task. i.e Shims, lumber, or cinderblocks. Material already purchased by FEMA are as follows; 6,500 Cinderblocks and 2 x6 x8 “ 50 count, pressure treated lumber for bracing and shimming. Vendor will be responsible for leveling each unit in staging to maintain structural integrity, FEMA has MHU ™s of various sizes. Pier sets will be set as follows; as per storage code 2 ™foot from the front/back and approximately 12 ™ foot spacing between sets, depending on size of unit, this is using a double block offset pier with shimming under frame. Tires will remain in full contact with unit Vendor will provide proper safety equipment to its staff i.e. helmet, vest, gloves, eye protection Vendor is responsible for contacting COR/CO when task is completed per verification Vendor responsible for providing Situation Report at the close of each day Period of Performance not to exceed 30 day from date of task order unless otherwise authorized by a FEMA Contracting Officer. Vendor has 7 days from date of additional task orders being issued, once additional units are deactivated in to the staging area. Site visit is required before submitting proposal to inspect units and verify SOW. Site visit will be held on Monday, May 21, 2018 at McClellan Staging Yard located at 4810 Patrol Rd. 95652 Sacramento CA. FEMA Contact “ Robert Stewart 732-610-0478. Once Units are leveled, blocked and braced, a 1 year warranty for the blocking and bracing is required in case units settle over time and become un-level. **Contractor shall be prepared to move forward to block and level 91 units at the issuance of the first task order., 200, 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, DHS Federal Emergency Management Agency 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. DHS Federal Emergency Management Agency 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. 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) 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. 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/. Preference will be given to vendors based in California in accordance with Stafford Act Section 307. In order to be eligible for preference, sellers must have their primary business location in California per Stafford Act and FAR 26.202 Affected counties for those who will receive first preference are as follows: Mendocino, Lake, Napa, Sonoma Solano, Butte, Yuba, Nevada and Orange Counties. Site visit is required before submitting proposal to inspect units and verify SOW. Site visit will be held on Monday, May 21, 2018 at McClellan Staging Yard located at 4810 Patrol Rd. 95652 Sacramento CA. FEMA Contact “ Robert Stewart 732-610-0478.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/70FBR918Q00000007/listing.html)
- Place of Performance
- Address: See Statement of Work.
- Zip Code: -
- Zip Code: -
- Record
- SN04927741-W 20180520/180518230431-c91d27d9bd6e897dea7afa2ac9dccd36 (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 |