MODIFICATION
81 -- Plastic Packing, Storing Containers, and Dollies
- Notice Date
- 7/20/2011
- Notice Type
- Modification/Amendment
- Contracting Office
- Delegates, orlando, FL 32837
- ZIP Code
- 32837
- Solicitation Number
- HSCEMR-11-Q-00005
- Response Due
- 7/21/2011
- Archive Date
- 1/17/2012
- Point of Contact
- Name: Beverly Davis, Title: Contract Specialist, Phone: 4074405318, Fax:
- E-Mail Address
-
beverly.davis@dhs.gov;
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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, 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 HSCEMR-11-Q-00005 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 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 326199 with a small business size standard of 500.00 employees.This requirement is a [ Service-Disabled Veteran Owned ] 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 2011-07-21 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Immigration and Customs Enforcement requires the following items, Brand Name or Equal, to the following: LI 001, Plastic Storage Container, closable or with lid. Approximate size 27?x17?x12? approx, reusable, stackable, storable, New Haven M/N NH290 or Flexcon M/N DC2717-12, or equal, 250, EA; LI 002, Dolly for CLIN 0001 Plastic Storage Containers, New Haven M/N 292 or or Flexcon M/N DLY2415 or equal, 100, EA; LI 003, Plastic Storage Container with lid. Approximate size 28?x20?x15? approx, reusable, stackable, storable. New Haven M/N NH280 or Flexcon M/N DC2820-15 or equal, 100, EA; LI 004, Dolly for CLIN 0003 Plastic Storage Containers, New Haven M/N 282 or Flexcon M/N DFP60 or equal., 50, 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 Immigration and Customs Enforcement 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 Immigration and Customs Enforcement 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. Delivery must be made within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - required to make delivery after it receives a purchase order from the buyer. 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; The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2009), applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.203-6 Restrictions on Subcontractor Sales to the Government - Alt. I (OCT 1995), 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters (DEC 2008); 52.219-27 Notice of Total Service Disabled Veteran-Owner Small Business Set-Aside (MAY 2004), 52.222-3 Convict Labor (JUN 2003), 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2008), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-22 -- Previous Contracts and Compliance Reports (FEB 1999), 52.222-25 -- Affirmative Action Compliance (APR 1984), 52.222-26 Equal Opportunity (MAR 2007); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998); 52.232-33 Payment by Electronic Funds Transfer. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Bid MUST be good for 30 calendar days after close of Buy. Ship-to is Washington, DC 20536. 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. Offeror must 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 Company must be registered in Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the Included in another line item function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid Submit a Question feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA) for total price for all CLINS. An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. Award will be based on "all or none". In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys sellers MUST document what they are bidding, for evaluation for award. Sellers must include: extended specs, catalog, cutsheet, and/or manufacturer name and part numbers (if applicable) by the end date and time of this solicitation, suitable for technical evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/HSCEMR-11-Q-00005/listing.html)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02505528-W 20110722/110721004727-a15a900c93033aa902db4d1d3cfe03a9 (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 |