MODIFICATION
71 -- Pallet Racks
- Notice Date
- 8/2/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- MICC, DOC - Fort Benning, Fort Benning, GA 31905
- ZIP Code
- 31905
- Solicitation Number
- 0010167242-01
- Response Due
- 8/7/2012
- Archive Date
- 2/3/2013
- Point of Contact
- Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
- E-Mail Address
-
clientservices@fedbid.com;
- Small Business Set-Aside
- Woman 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, as supplemented with additional information included in this notice.The solicitation number is 0010167242-01 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 337215 with a small business size standard of 500.00 employees.This requirement is an [ Women-Owned 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 2012-08-07 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Benning, GA 31905 The MCC Eustis - ICO Benning requires the following items, Meet or Exceed, to the following: LI 001, Step Beam 3"H x 60" Load Cap 3064 - This requirement is for the purchase and installation of various pallet racks and related accessories. Evaluation factors will be price, delivery and quality. Installation is required. Please see attached Frequently Asked Questions (FAQs) and layout of proposed installation site if further clarification is needed., 384, EA; LI 002, Pallet rack wire decking 36" W x 58" D, 504, EA; LI 003, Welded Upright frame medium duty 36"D x 96" H, 56, EA; LI 004, Welded Upright frame medium duty 42"D x 96"H, 8, EA; LI 005, Pallet rack wire decking 42"W x 58"D, 72, EA; LI 006, Rolling Ladder, 6 step, assembled, 8, EA; LI 007, Installation, 1, EA; LI 008, A MANDATORY SITE VISIT IS SCHEDULED FOR TUESDAY, 7 AUGUST 2012 AT 10:00 A.M. EST AT BUILDING 4318, 2ND CAVALRY REGIMENT STREET, FORT BENNING, GA 31905.(SEE SITE VISIT ATTACHMENT FOR DETAILS). YOU MUST NOTIFY THE CONTRACT SPECIALIST IF YOU PLAN TO ATTEND. PLEASE NOTE: AFTER THE SITE VISIT ALL BIDS RECEIVED WILL BE CONSIDERED, HOWEVER, BIDS FROM SITE VISIT ATTENDEES WILL BE GIVEN FIRST CONSIDERATION., 1, N/A; 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, MCC Eustis - ICO Benning 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. MCC Eustis - ICO Benning 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. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 Item Identification and Valuation (JUN 2005); 252.246-7000 Material Inspection and receiving Report CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters, FAR 52.212-1, Instructions to Offerors - Commercial, and FAR 52.212-2, EVALUATION--COMMERCIAL ITEMS (JAN 1999). (a) 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: Price, Quality, and Delivery/Installation (not necessarily in this order). Attendance at the site visit is highly encouraged and information gathered from it may be considered during evaluation process. Technical and past performance, when combined, are not as important as price.(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. All sellers questions pertaining to this solicitation must be submitted by Monday, 6 August 2012 at 5:00 p.m. 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program. (APR 2012) (a) Definitions. ?Women-owned small business (WOSB) concern eligible under the WOSB Program? (in accordance with 13 CFR 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. ?WOSB Program Repository? means a secure, Web-based application that collects, stores, and disseminates documents to the contracting community and SBA, which verify the eligibility of a business concern for a contract to be awarded under the WOSB Program. (b) Applicability. This clause applies only to? (1) Contracts that have been set aside or reserved for WOSB concerns eligible under the WOSB Program; (2) Part or parts of a multiple-award contract that have been set aside for WOSB concerns eligible under the WOSB Program; and (3) Orders set aside for WOSB concerns eligible under the WOSB Program, under multiple-award contracts as described in8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from WOSB concerns eligible under the WOSB Program. Offers received from concerns that are not WOSB concerns eligible under the WOSB program shall not be considered. (2) Any award resulting from this solicitation will be made to a WOSB concern eligible under the WOSB Program. (3) The Contracting Officer will ensure that the apparent successful offeror has provided the required documents to the WOSB Program Repository. The contract shall not be awarded until all required documents are received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/00c3c1e2f7d93439b4c5729add4e5235)
- Place of Performance
- Address: Fort Benning, GA 31905
- Zip Code: 31905
- Zip Code: 31905
- Record
- SN02824994-W 20120804/120803000635-00c3c1e2f7d93439b4c5729add4e5235 (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 |