Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
MODIFICATION

41 -- Walk-in Freezer, Installed

Notice Date
9/10/2019
 
Notice Type
Modification/Amendment
 
Contracting Office
Box 25046 MS 204, Denver, CO 80225
 
ZIP Code
80225
 
Solicitation Number
0040450858
 
Response Due
9/16/2019
 
Archive Date
3/14/2020
 
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
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 0040450858 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 2019-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 333415 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-09-16 18:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Madison, WI 53711 The US Geological Survey requires the following items, Brand Name or Equal, to the following: LI 001: Leer Walk-in Freezer, 9' x 11'2" x 8'6" freezer with galvanized exterior/interior and floor; equipped with KE2 controller, which will allow alarms to be sent out and trending; includes all equipment, such as: copper pipe, fittings, refrigerant, and valving required for installation and proper operation of refrigeration system; shall meet or exceed the attached Salient Characteristics., 1, EA; LI 002: INSTALLATION SERVICES; Services, non-personal, to provide all plant equipment, labor, travel, and materials (unless otherwise provided herein) necessary for on-site of Item 001, in accordance with the attached Performance-based Work Statement. If the installation is in included with Item 001 at no additional price, then seller shall comment as such and bid $0.00., 1, Job; LI 003: DEMOLISION AND DISPOSAL SERVICES; Services, non-personal, to provide all plant equipment, labor, travel, and materials (unless otherwise provided herein) necessary for the on-site demolition and disposal of the existing exterior feezer, in accordance with the attached Performance-based Work Statement. If the installation is in included with Item 001 at no additional price, then seller shall comment as such and bid $0.00., 1, Job; 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.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, US Geological Survey intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace 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. US Geological Survey 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.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace 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) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. No partial shipments are permitted unless specifically authorized at the time of award. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. A seller must have a current registration in the following databases to receive this award: 1. SAM Requirement The USGS requires registration with the System for Award Management prior to receipt of order. Information can be found at www.sam.gov. 2. FEDCONNECT Requirement Awards will be made to vendors registered in the FedConnect database. Vendors may complete registration in FedConnect at https://www.fedconnect.net. 3. IPP Requirement Electronic Invoicing and Payment Requirements - Internet Payment Platform (lPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: A copy of the Contractor ™s internally generated invoice The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. The selected seller must comply with the attached Clauses and Provisions for commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to vendors - Commercial Items, applies to this acquisition; FAR 52.212-3, Vendor Representations and Certifications - Commercial Items - the selected vendor 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 attached Clauses and Provisions. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. FAR CLAUSE 52.211-6 BRAND NAME OR EQUAL incorporated by Reference. Manufacturer Information: ___________________________ GS0110BRAND NAME OR EQUAL INSERTS(JULY 2001) Bids including other-than-Brand Name products/services shall include supporting documentation that demonstrates the capabilities of the product/service to meet ALL salient characteristics. To comply with FAR 52.211-6 Please provide the following information about an other than Brand Name product: Line Item Number _______ BIDDING ON/PROPOSING: Manufacturer's Name ___________________________ Address, Phone & Website _______________________________________ Brand or Product Name__________________________ Model Name & No. ______________________________ To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. (a) In accordance with sections 433 and 434 of Division E of the Consolidated Appropriations Act, 2012 (Pub. L. 112-74), none of the funds made available by the Act may be used to enter into a contract with any corporation that - (1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agent and made a determination that this further action is not necessary to protect the interests of the Government. (2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror certifies that - (1) It is not a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal law within the preceding 24 months; (2) It is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Award evaluation criteria utilized to evaluate Bids is specified in evaluation factors as follows. This evaluation criteria supersedes the evaluation criteria as stated in above instructions, Evaluation Criteria Basis of Award. Evaluation based upon the following non-price or non-cost factors, which are of equal importance: Factor (A) Past Performance: Sellers shall submit not less than two references; and Factor (B) Technical Performance: Sellers must be established in the required goods/services business and provide a narrative, in accordance with the attached Award Based on Best Value Trade Off. 52.237-1 Site Visit. (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. GS2109Scheduled Site Tour (JUL 2001) The provision FAR 52.237-1, Site Visit, provides that the contractor will not be entitled to an increase in the contract price for conditions affecting performance which were ascertainable from a reasonably thorough inspection of the site. In view of this, a tour of the site has been scheduled and will meet at the below time and place. Date: 09/09/2019 Time: 10:00am Local Time Location: USGS National Wildlife Health Center 6006 Schroeder Road Madison WI 53711 Firms interested in attending the tour shall email the Site Visit Coordinator, Nathan Ramsay, nramsay.gov and Cc the Contracting Officer, Don Downey, ddowney@usgs.gov by 1200 ET on the workday prior to the scheduled tour. The email shall include the Firm ™s Name and the name, phone number and email address of each tour attendee. Attendees shall be prepared to present a government-issued picture identification such as a state driver ™s license to access the facility and attend the tour. No additional, subsequent site visits will be arranged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/0040450858/listing.html)
 
Place of Performance
Address: Madison, WI 53711
Zip Code: 53711
 
Record
SN05438214-W 20190912/190910231041-be32a2eedc8e3bad344952400a1c0902 (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.