Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2014 FBO #4648
SOLICITATION NOTICE

H -- ARFF Peformance Testing

Notice Date
8/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
976 Wilson Ave, Bldg 621, 1st Floor, Fort Stewart, GA 31314
 
ZIP Code
31314
 
Solicitation Number
W9124M-14-Q-JV21
 
Response Due
8/20/2014
 
Archive Date
2/16/2015
 
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 W9124M-14-Q-JV21 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 541380 with a small business size standard of $15.00M.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 2014-08-20 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Stewart, GA 31314 The MICC Fort Stewart requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: E-One Titan ARFF 1500 gal, 4x4 NFPA 412 Performance Testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Fort Stewart, GA, 1, EA; LI 002: E-One Titan ARFF 1500 gal, 4x4 NFPA 412 Performance Testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Hunter Army Airfield, GA, 1, EA; LI 003: E-One Titan ARFF 3000 gal, 4x4 NFPA 412 Performance Testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Hunter Army Airfield, GA, 2, EA; LI 004: OSHKosh striker, 3000 gal 412 peformance testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Hunter Army Airfield, GA, 1, EA; LI 005: OPTION YEAR 2015-E-One Titan ARFF 1500 gal, 4x4 NFPA 412 Performance Testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Fort Stewart, GA, 1, EA; LI 006: OPTION YEAR 2015- E-One Titan ARFF 1500 gal, 4x4 NFPA 412 Performance Testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Hunter Army Airfield, GA, 1, EA; LI 007: OPTION YEAR 2015-E-One Titan ARFF 3000 gal, 4x4 NFPA 412 Performance Testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Hunter Army Airfield, GA, 2, EA; LI 008: OPTION YEAR 2015-OSHKosh striker, 3000 gal 412 peformance testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Hunter Army Airfield, GA, 1, EA; LI 009: OPTION YEAR 2016-E-One Titan ARFF 1500 gal, 4x4 NFPA 412 Performance Testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Fort Stewart, GA, 1, EA; LI 010: OPTION YEAR 2016-E-One Titan ARFF 3000 gal, 4x4 NFPA 412 Performance Testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Hunter Army Airfield, GA, 1, EA; LI 011: OPTION YEAR 2016-E-One Titan ARFF 3000 gal, 4x4 NFPA 412 Performance Testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Hunter Army Airfield, GA, 2, EA; LI 012: OPTION YEAR 2016-OSHKosh striker, 3000 gal 412 peformance testing (ARFF): Mechanical Chasis Inspection, Fire/Body Operational Inspection, Vehicle Safety Inspection, Dry-Chem Pressure Test and Dry Shoot, Water Pum Capacity Test, Turret Rate and Distance Test, and Foam Proportional System Test at Hunter Army Airfield, GA, 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, MICC Fort Stewart 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. MICC Fort Stewart 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 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 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. DFAR 252.211-7003, Item Identification and Valuation Reference: http://farsite.af.mil 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. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) Shipping charges shall be included in the purchase cost of the products. Sellers shall deliver the products on the own conveyance to the location listed on the purchase order. 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 To request a questions and answers summary please email clientservices@fedbid.com or submit a request through the "submit a question" feature. FAR 52.217-5. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best intersts, the government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the government to exercise the option. The government may require continued peformance of any services within the limitsand at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance here under shall not exceed 6 months.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e8416a4b16edd8a9b1a79e680238f962)
 
Place of Performance
Address: Fort Stewart, GA 31314
Zip Code: 31314
 
Record
SN03465247-W 20140816/140814235628-e8416a4b16edd8a9b1a79e680238f962 (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.