SOLICITATION NOTICE
24 -- Tractors & Utility Vehicles
- Notice Date
- 9/15/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Logistics Section, 500 C STREET, SW, , WASHINGTON, DC 20472
- ZIP Code
- 20472
- Solicitation Number
- W452840Y
- Response Due
- 9/22/2008
- Archive Date
- 3/21/2009
- Point of Contact
- Name: MARY PETRUZZO, Title: CONTRACT SPECIALIST, Phone: 202-646-2603, Fax:
- E-Mail Address
-
mary.petruzzo@dhs.gov;
- 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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W452840Y 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 FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 333112 with a small business size standard of 500 employees. 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 2008-09-22 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Hope, AR 71801 The DHS FEMA Logistics Section requires the following items, Brand Name or Equal, to the following: LI 001, John Deere Gator XUV 850D with All Purpose Tires - brand name or equal in accordance with FAR 11.104. Salient characteristics: 125 horse power minimum; capable of pulling 40,000 lbs; enclosed cab with air conditioning; front bucket loader; diesel engine., 3, EA; LI 002, New Holland T6030 - brand name or equal in accordance with FAR 11.104. Salient characteristics: 125 horse power minimum; capable of pulling 40,000 lbs; enclosed cab with air conditioning; front bucket loader; diesel engine., 2, EA; For this solicitation, DHS FEMA Logistics Section 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 FEMA Logistics Section 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 shall be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller shall 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. Offeror shall be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery shall be made within 30 days or less after receipt of order (ARO). The offeror shall provide within its offer the number of days - not to exceed 30 - 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. Offerors shall submit a completed copy of the provision at 52.212-3, Offeror Representations and CertificationsCommercial Items, with its proposal. 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition. In addition, the following FAR clauses are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-1, Buy American Act--Supplies (June 2003) (41 U.S.C. 10a-10d); 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The provision at 52.212-1, Instructions to OfferorsCommercial, applies to this acquisition. In addition to the requirements of 52.212-1(b)(4), offerors shall submit detailed specifications for each CLIN. The specification documents shall be provided as attachments to the proposal. For products other than the name brand identified for each CLIN, the offeror shall specifically identify the specifications which meet the salient characteristics for the respective product and CLIN; offerors are advised that failure to identify the specifications which meet the salient characteristics may result in the apparently successful offeror being considered nonresponsive and ineligible for award. FAR 52.212-2, EvaluationCommercial Items does not apply. The Government intends to award one or more contracts resulting from this synopsis/solicitation to the responsible offeror whose proposal is technically acceptable with the lowest evaluated price. A proposal is considered technically acceptable when the proposed product is the name brand item or technically equal and meets the salient characteristics identified above.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2480070e1de33356e0cbb5c9cb2f4244&tab=core&_cview=1)
- Place of Performance
- Address: Hope, AR 71801<br />
- Zip Code: 71801<br />
- Zip Code: 71801<br />
- Record
- SN01670667-W 20080917/080915220954-2480070e1de33356e0cbb5c9cb2f4244 (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 |