Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2014 FBO #4519
SOLICITATION NOTICE

V -- Barge Trip

Notice Date
4/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1875 Century Blvd, Atlanta, GA 30345
 
ZIP Code
30345
 
Solicitation Number
0040139943
 
Response Due
4/14/2014
 
Archive Date
10/11/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
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 0040139943 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 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 483211 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 2014-04-14 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Hardeeville, SC 29927 The DOI Fish & Wildlife Service requires the following items, Meet or Exceed, to the following: LI 001: Barge Trips/Transportation of equipment The contractor scope of work consist of two separate trips with two different time frames. Each trip is both to and from Wassaw National Wildlife Refuge. First trip leaving the main land will consist of barging a D-5 Dozer and 12' x 12' x 7' cooler. The returning trip back to the main land will need to haul a D-6 dozer, old back hoe and a 5' x 10' metal building. Second trip, will need to happen as soon as the D-6 Dozer has been repaired. This trip is expected to be scheduled 30 to 90 days after the D-6 Dozer reaches the main land., 1, Fee; 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. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 52.212-1 Instructions to Offerors--Commercial items- Applies to this solicitation. 52.212-2 Commercial Items Terms and Conditions -- Evaluation--Commercial Items (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, technical capability, delivery, and past performance. Proposed quote will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor?s technical certifications to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to successfully perform the requirement. (b) Options. Not applicable. (c) 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 offers 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. ?52.212-3 Offeror Representations and Certifications--Commercial Items, applies to this solicitation and Offeror(s) must complete electronically via System for Award Management (SAM) at www.sam.gov. 52.212-4 Contract Terms and Conditions--Commercial Items, applies to this solicitation with the following addendum: The following terms and conditions have been deleted or modified: (g) Invoice ? Invoices shall be submitted IAW DOI Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) (September 2011. (o) Watrranty - Not applicable. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orers--Commercial Items, applies to this acquisition and the additional following FAR clauses cited in the clause are applicable to the acquisition: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)); (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78);(4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note); (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644)(23); 52.219-28, Post Award Small Business Program Rerepresentation (APR 2012) (15 U.S.C. 632(a)(2));x](26) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755); (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126); (28) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (29) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); (31) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793); (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). (E.O. 13513); (39) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d); (47) 52.232-33, Payment by Electronic Funds Transfer?System for Award Management (Jul 2013). 52.252-1, Solicitation Provisions Incorporated by Reference - 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): www.acquisition.gov. 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.Farsite.hill.af.mil and https://www.acquistion.gov/far/. 52.214-21 Descriptive literature. 52.213-1, Fast Payment Procedures (May 2006). 52.246-04 Inspection of Service--Fixed-Price. 52.236-13 Accident Prevention. 52.237-02 Protection of Government Buildings, Equipment, & Vegetation. 52.237-03 Continuity of Services. 52.228-05 Insurance - Work on Government Installation. 52.242-17 Government Delay of Work. 52.242-15 Stop-Work Order. 52.237-3 Continuity of Services. In the performance of this contract, the Contractor shall comply with the requirements of U.S. Department of Labor wage determination number WD 05-2141 Rev.-14). The wage determination is incorporated and made a part of this order. To view applicable rates, please visit the following web address: http://www.wdol.gov. A full text copy will be provided upon request. As stated in the Federal Register, Volume 57, No. 190, page 45096, dated September 30, 1992, Policy Letter on Inherently Governmental Function, no personal services shall be performed under this contract. All work requirements shall flow only from Project Officer to the Contractor Employee. No Contractor Employee shall be directly supervised by the Government. The applicable employee supervisor shall give all individual employee assignments and daily work direction. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor shall promptly notify the Contracting Officer of this communication or action. The Contractor shall not perform any inherently governmental action under this contract. No contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with this contract, Contractor employees shall identify themselves as Contractor and specify the name of the company for which they work. In all communications with the Government contractors in connection with this contract, the Contractor employee shall state that he/she has no authority to, in any way, change the contract and that if the other contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer. The Contractor shall insure that all of its employees working on this contract are informed of the substance of this article. Nothing in this article shall limit the Government?s eights in any way under the provisions of the contract, including those related to the Government?s right to inspect and accept the services to be performed under this contract. The substance of this article shall be included in all subcontracts at any tier. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing 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: Contractor Generated Invoice. 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. The anticipated award date is April 16th, 2014. Please do not request award status prior to this date. Any modifications or extensions to the delivery date shall be approved by the Contracting Officer and coordinated with the Contractor. Award decision will be made without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate its quote under the evaluation factors stated above. Offerors that fail to submit all the information necessary to evaluate their quote with their initial quote bear the risk that their quotes will be rejected without discussions. Contractors are cautioned that a Warranted Contracting Officer is the only authorized Government representative to make any contractual changes once an award is made. The first trip will take place within 30 Days of Award of Contract. The Period of Performance for this contract will be April 21, 2014 and completed by September 20, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/0040139943/listing.html)
 
Place of Performance
Address: Hardeeville, SC 29927
Zip Code: 29927
 
Record
SN03331930-W 20140409/140407234540-55ce5f4afd73e814790e3d5de0ffeaa4 (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.