Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
MODIFICATION

25 -- P.I.T. Bumper Fabrication & Retrofit Project

Notice Date
8/1/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1300 W. Richey Avenue, Bldg. 4, Artesia, NM 88210
 
ZIP Code
88210
 
Solicitation Number
HSFLAR-11-Q-00084
 
Response Due
8/16/2011
 
Archive Date
2/12/2012
 
Point of Contact
Name: Cynthia Ybarra, Title: Contract Specialist, Phone: 5757488010, Fax: 5757488002
 
E-Mail Address
cynthia.ybarra@dhs.gov;
 
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, 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 HSFLAR-11-Q-00084 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 336211 with a small business size standard of 1,000.00 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 2011-08-16 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DHS Federal Law Enforcement Training Center requires the following items, Meet or Exceed, to the following: LI 001, Fabricated Front and Rear P.I.T. Bumpers, to include rear/tire door guards, for Chevrolet Tahoe Sport Utility Vehicles (model year 2007-2011) in accordance with the attached Statement of Work. Price to include installation and applicable New Mexico Gross Receipts Tax for installation charge only., 32, EA; LI 002, Fabricated Front and Rear P.I.T. Bumpers, to include rear/tire door guards, for Ford F250 Pickup Trucks (model year 2007-2011), in accordance with the attached Statement of Work. Price to include installation and applicable New Mexico Gross Receipts Tax for installation charge only., 10, EA; LI 003, Transportation Charges, 42, 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 Law Enforcement Training Center 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 Law Enforcement Training Center 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. 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. Delivery must be made in accordance with the Statement of Work. 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; FAR 52.212-2 Evaluation - Commerical Items; 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): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-1, 52.225-13, and 52.232-33. In addition to these clauses, the following referenced clauses apply to this procurement: FAR 52.247-34 F.O.B. Destination and FAR 52.225-25 Prohibition on Engaging in Sactioned Activities Relating to Iran - Certification (SEP 2010). The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. "Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov." Security: Prime Contractors and all personnel employed by the Prime Contractor, including subcontractors, in the performance of this contract, or any representative of the Prime Contractor entering the Federal Law Enforcement Training Center (FLETC) shall abide by all FLETC security regulations which may be in effect during the contract period. Any such individual(s) shall be subject to those security inspections which may be deemed necessary by the FLETC to ensure that no security violations occur during the course of the contract. It shall be the Prime Contractor?s responsibility to ensure that each applicant who is expected to be working on FLETC facilities or that requires routine access to FLETC facilities shall provide specific information on specific forms in order to undergo a suitability determination, and when so deemed, a security background investigation as required for access to the FLETC, and in some cases a security clearance. The required forms will be provided to the Prime Contractor upon contract award. The FLETC reserves the right and prerogative to deny and/or restrict the facility and information access of any Contractor employee whose actions are in conflict with the standards of conduct, 5 CFR 2635. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical (Capability of the item offered to meet the agency need, simplicity of removal and reinstallation, quality of materials, anticipated level of protection provided by the P.I.T bumper, anticipated combined weight of front and rear P.I.T. bumper); Past Performance; and Price. All factors are considered to be equal. Please include information on past performance for similar complexity of work (to include contract numbers, decription of work, and point of contact information). Provide all information as required in the Statement of Work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/PDDC20229/HSFLAR-11-Q-00084/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02517442-W 20110803/110801235528-ae33a814787125c3bac112ec6f2fd471 (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.