MODIFICATION
71 -- Shelves & Cabinets
- Notice Date
- 9/11/2014
- Notice Type
- Modification/Amendment
- Contracting Office
- 399 Chrisman Rd Suite 101, Ft Buchanan, PR 00934
- ZIP Code
- 00934
- Solicitation Number
- W912C3-14-Q-072A
- Response Due
- 9/17/2014
- Archive Date
- 3/16/2015
- 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
- CANCELLATION NOTICE:Bids are being solicited under solicitation number W912C3-14-Q-072A. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 667826_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-17 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Buchanan, PR 00934 The MICC Fort Buchanan requires the following items, Brand Name or Equal, to the following: LI 001: (Brand Name or Equal) RIDG-U-RACK PALLET STORAGE SYSTEM 12 feet high by 42 inches depth by 3 beam levels; 5830 pounds Capacity with wire deckings; special base plate for asphalt; six 8 feet long sections; 12 inches row to wall spacers., 6, EA; LI 002: (Brand Name or Equal)PFI JARKE CANTILEVER RACKS two rows fo 24 feet long at 12 feet high by 46 inches deep; single arm column; 36 inches straight arm with 6 feet wide brace set; 14,160 pounds capacity per two column, 2, EA; LI 003: (Brand Name or Equal)RELIUS CYINDER STORAGE UPRIGHT PFI CABINET (model 7670700) capacity for 8 cylinders. Measurement 43 inches wide by 72 inches high by 30 inches depth. Meet Nfpa 58 And Osha Sec. 1910.110 Design Standards, 2, EA; LI 004: (Brand Name or Equal)PFI FLAMMABLE LIQUID SAFETY CABINET (Model 4682409S) 18 gauge welded steel, adjustable self closing door, color yellow, Measurement 43 inches wide by 34 inches depth by 65 inches high., 2, EA; LI 005: (Brand Name or Equal)PFI RELIUS STAINLESS STEEL 430 POUND CAPACITY WORK TABLE (Model 605987V)Top and Lower Shelf, corrosion resistant, measurement 60 inches wide by 30 inches depth by 36 inches high., 1, EA; LI 006: (Brand Name or Equal)PENCO VANGUARD SINGLE TIER LOCKER(Model 6177V) Measurements 15 inches wide by 24 inches depth by 72 inches high unit; slope tops; 4 inches high metal base; standard exterior & equipment, 5 frames with 5 openings; gray color, 5, EA; LI 007: (Brand Name or Equal) BULK RACK STORAGE SYSTEM 8 inches high by 24 inches depth by 4 beam levels with corrugated deck; sections 8 feet long, 11, EA; LI 008: (Brand Name or Equal) BULK RACK STORAGE SYSTEM 8 inches high by 24 inches depth by 4 beam levels with corrugated deck sections 4 feet long, 17, EA; LI 009: (Brand Name or Equal)PENCO CLIPPER SHELVING UINT SYSTEM 36 inches wide by 12 inches depth bt 87 inches high with 6 shelves, side panels, open at back, two dividers per shelf, color gray, 8, EA; LI 010: (Brand Name or Equal)PFI LITTLE GIANT WORK BENCH (Model 5862601-U)10,000 pound capacity, 7 gauge steel top & lower shelf, measurement 26 inches wide by 20 inches depth by 6 inches high drawer with padlock hasp, color gray Measurement, 12, EA; LI 011: Installation Cost, 1, EA; LI 012: Shipping FOB Destination Ft Buchanan, PR 00934, 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 Buchanan 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Buchanan is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. 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. Shipping must be free on board (FOB) Ft. Buchanan, Puerto Rico which means that the seller must deliver the goods on its conveyance to Ft. Buchanan or to any alternate destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. No partial shipments unless otherwise specified. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Award will be made only after agreement has been reached on all terms and conditions, and fair market value for the items has been acquired. "Acceptance period," as used in this provision, means the number of calendar days available to the Government for awarding a contract from the date specified in this solicitation for receipt of bids. This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this Fedbid. The Government requires a minimum acceptance period of 90 calendar days. A bid allowing less than the Government's minimum acceptance period will be rejected. The bidder agrees to execute all that it has undertaken to do, in compliance with its bid, if that bid is accepted in writing within 60 Calendar day acceptance period" 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.FAR 52.204-7 System for Award Management, 52.232-39 Unenforceability of Unauthorized Obligations. 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, 52.223-18 & 52.233-4,52.204-9 Personal Identity Verification of Contractor Personnel. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. 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 and Army Electronic Invoicing Instructions; 252.232-7006 WAWF Payment Instructions, 252.204-7004 Alt A System for Award Management. 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 System for Award Management (SAM)site at https://www.sam.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 Bid MUST be good for 90 calendar days after submission
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/80dca370ab922031a3ddcb694dfb1c53)
- Place of Performance
- Address: Fort Buchanan, PR 00934
- Zip Code: 00934
- Zip Code: 00934
- Record
- SN03506744-W 20140913/140911235811-80dca370ab922031a3ddcb694dfb1c53 (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 |