Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2012 FBO #3900
SOLICITATION NOTICE

52 -- Portable Tension Testing Kit (Fall Protection)

Notice Date
7/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1942 Gaffney Street Suite 100, Pearl Harbor, HI 96860
 
ZIP Code
96860
 
Solicitation Number
N6247812RCF0355
 
Response Due
8/2/2012
 
Archive Date
1/29/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
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 N6247812RCF0355 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 444130 with a small business size standard of $7.00M.This requirement is unrestricted 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 2012-08-02 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Pearl Harbor, HI 96860 The FLC - Pearl Harbor requires the following items, Meet or Exceed, to the following: LI 001, Item: Portable Tension Testing Kit Description: Compact and light to carry test kit that is purpose-made to test fall protection fittings, fasteners, anchors points, and special fixture to test CB-12 anchors points, which can be configured vertical, horizontal, up-right, and up-side down. Have a load cell (gauge) to measure load application and is capable to apply a pulling force of 25.00 kN = 5,620 lbs. a load value on a dial-type or digital gauge. Load value should be in increments of 50 millimeters. Device must be capable of detecting ?first movement? on the fixing prior to the test load being applied as a safety precaution. The tester and associated components must be transportable (part of a kit) from floor to floor in buildings to preclude necessity of carrying test weights to each room or floor. Tester should be capable of testing remedial wall ties. In addition to testing fixings, fasteners, and anchors the device must also be capable of testing eyebolts as well as scaffolds and wall ties., 1, EA; LI 002, Shipping, FOB Destination, Pearl Harbor, Hawaii, 96860, 1, GROUP; LI 003, Taxes (if applicable), 1, GROUP; 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, FLC - Pearl Harbor 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. FLC - Pearl Harbor 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120330. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334513 and the Small Business Standard is 500. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. Central Contractor Registration (CCR). Sellers must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/ FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. 52.212-1, Instructions to Offerors - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-26 Equal Opportunity 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. Payment by Third Party FOB Destination This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ 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): https://www.acquisition.gov/far/ 252.204-7003, Control of Government Personnel Work Product. CCR Alternate A 252.209-7998, Representation Regarding Confiction of a Felondy Criminal Violation Under any Federal or State Law 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payments Program. 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.223-7008, Prohibition of Hexavalent Chromium. Buy American Act-Balance of Payments Program Certificate 252.232-7010, Levies on Contract Payments A foreign end product may be considered in the event that no offer for a domestic end product is received pursuant to FAR 25.103(b)(3). Therefore, if you do not certify your product as Buy American Act compliant, please identify the country of origin when submitting the product description.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N6247812RCF0355/listing.html)
 
Place of Performance
Address: Pearl Harbor, HI 96860
Zip Code: 96860
 
Record
SN02817859-W 20120729/120727235619-713f5e88f4e0bc074a73bcc412333c03 (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.