Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
MODIFICATION

54 -- Connex Box 30' Tucson Sector OBP

Notice Date
9/9/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
4760 N. Oracle Road, Tucson, AZ 85705
 
ZIP Code
85705
 
Solicitation Number
20082158
 
Response Due
9/10/2014
 
Archive Date
3/9/2015
 
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
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 20082158 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 332311 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 2014-09-10 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: LI 001: 30' Open Bay Prefabricated Connex Office - See Statement of Work for complete details and requirements., 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, DHS Customs and Border Protection (CBP) 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. DHS Customs and Border Protection (CBP) 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. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the ?Included in another line item? function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ?Submit a Question? feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be 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. 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. 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. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. Unless otherwise noted. ORCA Requirement - Company must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ 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/. 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 http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. QUESTION FROM AN INTERESTED SELLER: I was looking over the solicitation for the 30ft office conex and had a couple of questions. 1. Can the same 300sf and room sizes be met but with a different overall footprint say 16ft x 20ft? All other specifications will be met and most would be exceeded. ANSWER FROM CUSTOMER: That won?t work for us. We have a limited amount of space available at the location and the 20 X 16 container would encroach on the limited space we have available. QUESTION FROM AN INTERESTED SELLER: Standard ISO Connex sizes are 8' wide x 8'6" tall x 20' or 40' long. Will the size of 8' wide x 8'6" high x 30'long be sufficient for an alternative size? We would fabricate the 30' length from a 40' long container. RESPONSE: Yes. QUESTION FROM AN INTERESTED SELLER: Is this set aside as small business or open market? RESPONSE: The action is a small business only set-aside. QUESTION AND EXTENSION REQUEST FROM AN INTERESTED SELLER: Question asked and accepted you will accept a unit 60 less SF 8' x 30', the cell area is requested at 10'x 10' so does that need to be 8' x 10' or bigger? RESPONSE: Yes. The dimensions should be uniform throughout the space. REQUEST FROM AN INTERESTED SELLER: Does the container itself have to be New or can it be as is used and painted. RESPONSE: Container should be new. REQUEST FROM AN INTERESTED SELLER: The response to Question #2 stated you would accept a standard container modified to 30ft. The 8'6' height of the standard cube is the outside dimensions. This will only give you 8ft ceilings without framing and insulation which would bring your interior ceiling height to around 7'6". A high cube 9'6" would get you to the 8ft interior height. I just wanted to clarify which ceiling height/container style (standard or high cube) you wanted. Thanks. RESPONSE: Inside dimensions should be 8ft ceilings after framing and insulation. QUESTION FROM AN INTERESTED SELLER: We cannot meet the closing date. We would bid if we can get another week. Richard Hamlet at CARDINAL DESIGN ? BUILD, LLC [DUNS: 809827988]. RESPONSE: Extension was granted. QUESTION FROM AN INTERESTED SELLER: 1. If the conex is acceptable at 8ft wide, what dimension do you want cell area (can't be 10x10) 2. Is there a light in the cell area? If so should it be tamper proof? (do you have a specified light for that area?) 3. Could you please verify what a vertical air conditioning unit is? BTU rating? Heat? 4. The specs call out for textured drywall finishes on walls and ceiling. What is preferred on the cell side for maintenance reasons? 5. Specs call out for the unit to be ground mounted. Is the vendor responsible for the mounting to the ground? If so what type of surface and what is the criteria for attachment. 6. Will the customer be responsible for the off loading of the unit? 7. Who will be responsible for the electrical connections of the unit? Thanks. RESPONSE: Inside dimensions should be uniform throughout, after framing and insulation. Please provide suggested Air Conditioning Unit based on Industry Standards for type of container. Textured drywall finishes should be throughout unit, including cells. Ground mounting will not be required; electrical will not be required. Unit will be delivered to designated point only. QUESTION FROM AN INTERESTED SELLER: In reviewing the SOW for this RFQ we would like to know if you would accept the use of white textured FRP mounted over OSB for the interior in place of the textured drywall specified? RESPONSE: The Border Patrol has not experienced the type of texture you are referring to. Please provide full description with illustration if you decide to bid an alternative interior surface.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20082158/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03503253-W 20140911/140910001040-f60fdef4eade8cc106af36af512eb8a6 (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.