Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
SOLICITATION NOTICE

Z -- Burn Complex - Tear Out and Build In

Notice Date
6/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
99 New York Avenue, NE, Washington, DC 20226
 
ZIP Code
20226
 
Solicitation Number
DJA-14-AATF-PR-0827
 
Response Due
6/9/2014
 
Archive Date
12/6/2014
 
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
Service-Disabled Veteran-Owned 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 DJA-14-AATF-PR-0827 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 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 236220 with a small business size standard of $33.50M.This requirement is a [ Service-Disabled Veteran Owned ] 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 2014-06-09 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Emmitsburg, MD 21272 The Bureau of Alcohol, Tobacco & Firearms requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Burn Cell (Tear Out and Build In) Period of Performance: 06/25/2014 through 07/07/2014, 8, EA; LI 002: Flash Over Cell (Tear Out and Build In) Period of Performance: 06/25/2014 through 07/07/2014, 1, EA; LI 003: Burn Cell (Tear Out and Build In) Period of Performance: 07/11/2014 through 07/13/2014, 8, EA; LI 004: Flash Over Cell (Tear Out and Build In) Period of Performance: 07/11/2014 through 07/13/2014, 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, Bureau of Alcohol, Tobacco & Firearms 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. Bureau of Alcohol, Tobacco & Firearms 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. 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. ALL REGISTRATION MUST BE "ACTIVE" AT TIME OF AWARD. NO EXCEPTIONS WILL BE MADE. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. 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. No partial shipments are permitted unless specifically authorized at the time of award. 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, applies to this acquisition; 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): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. The contract awarded will be based on a technically acceptable low cost. The key element in the selection of technically acceptable low cost will be the identification of the contractor technical capabilities and past performance history. Technical Capabilities will entail: understanding of applicable requirements (for Tear Out and Build In), acceptability of proposed schedule to include (time sensitive notification dates for Tear Out and Build In and storage of materials on government property as per SOW etc.), availability and completeness of resources (able to have all materials on hand when needed etc.), and proposed responsiveness to ATF?s operational requirements (Showing that your company can do the work on time and correctly, etc.). Past Performance History will be based on comments/references by current and previous customers. Contractor must provide 3 references which show overall experience in regards to similar work. Contractor must have a Point of Contact with a good Phone number. Factors that will be looked at are as followed: Recency On going or completed in the last 2 years Relevance and Performance to in Quality, Performance, Schedule, Technical Requirements and Customer Satisfaction.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BATF/APMD/DJA-14-AATF-PR-0827/listing.html)
 
Place of Performance
Address: Emmitsburg, MD 21272
Zip Code: 21272
 
Record
SN03387125-W 20140607/140605235550-04fc9ee545c25cdd72bd38e1789760e5 (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.