Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2012 FBO #3843
MODIFICATION

38 -- 6-Row 30" 888 Rigid Cultivator

Notice Date
5/31/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1875 Century Blvd, Atlanta, GA 30345
 
ZIP Code
30345
 
Solicitation Number
0040042776
 
Response Due
6/4/2012
 
Archive Date
12/1/2012
 
Point of Contact
Name: Jamese Promise, Title: Contract Specialist, Phone: 4046794055, Fax: 4046794093
 
E-Mail Address
jamese_promise@fws.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, as supplemented with additional information included in this notice.The solicitation number is 0040042776 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 333111 with a small business size standard of 500.00 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 2012-06-04 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Ripley, TN 38063 The DOI Fish & Wildlife Service requires the following items, Meet or Exceed, to the following: LI 001, 6-Row 30" 888 Rigid Cultivator. See attached document for required specifications that must meet or exceed our requirement., 1, 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, DOI Fish & Wildlife Service 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. DOI Fish & Wildlife Service 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. Contractors are cautioned that a warranted Contracting Officer is the only authorized Government representative to make any contractual changes once an award is made. Bid MUST be good for 30 calendar days after close of Buy. New Equipment ONLY; NO re-manufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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. Initial delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make initial delivery after it receives a purchase order from the buyer. A prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. Information on registration may be obtained via the Internet at: http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. It also required that any contractor doing business with the government under contract is required by to be registered in ORCA. All vendors must complete the electronic version of the Online Representations and Certifications (ORCA) at: http://www.bpn.gov and clicking on the Online Reps and Certs Application. This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://aquisition.gov & http://farsite.hill.af.mil. The following FAR clauses and provisions apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration 52.252-1 Solicitation Provision Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.212-1 Instructions to Offerors--Commercial Items applies to this acquisition with the following addendum: 1. There is no SF 1449 available for submitting quote. 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. 52.212-2 Evaluation--Commercial Items, applies to this acquisition and the following addendum applies: An award will be made to a responsive offeror Meet or Exceed the Requirement, 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. Offeror's submissions will be evaluated based upon lowest price. Offerors shall include literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated in the specifications. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. 52.212-3 Offeror Representations and Certifications--Commercial Items, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. 52.212-4 Contract Terms and Conditions--Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. 52.212-5 Contract Terms and Condition Required To Implement Statutes Or Executive Orders--Commercial Items, The following clauses listed within FAR 52.212-5 are applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1)52.222-50, Combating Trafficking in Persons (2)52.233-3, Protest after Award (3)52.233-4, Applicable Law for Breach of Contract Claim (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (12) 52.219-6, Notice of Total Small Business Set-Aside (23) 52.219-28, Post Award Small Business Program Rerepresentation (26) 52.222-3, Convict Labor (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (28) 52.222-21, Prohibition of Segregated Facilities (29) 52.222-26, Equal Opportunity (31) 52.222-36, Affirmative Action for Workers with Disabilities (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (39) 52.225-1, Buy American Act--Supplies (47) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.214-21 Descriptive literature 52.252-04 Solicitation Clauses Incorporated by Reference 52.252-02 Clauses Incorporated by Reference The anticipated award date is June 5, 2012. Please do not request award status prior to this date. Electronic Invoicing and Payment Requirements ? Internet Payment Platform (IPP) (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: Invoice and other supporting documents. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/0040042776/listing.html)
 
Place of Performance
Address: Ripley, TN 38063
Zip Code: 38063
 
Record
SN02763078-W 20120602/120601000330-7c75a7376b2daebf8deff02486bf4de3 (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.