SOLICITATION NOTICE
W -- 30K Forklift and 80 Foot Scissor Lift Lease
- Notice Date
- 12/15/2015
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 2015 N. 4th St, JBLM, WA 98433
- ZIP Code
- 98433
- Solicitation Number
- UNAWRD-16-Q-7010
- Response Due
- 12/21/2015
- Archive Date
- 6/18/2016
- 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 UNAWRD-16-Q-7010 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 2005-85. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $32.50M.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 2015-12-21 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The MICC Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following: LI 001: One (1) ea. 80 Foot Scissor Lift Lease with a period of performance from 12 January 2016 to 29 January 2016 (18 Equipment Days). Scissor Lift shall be capable of operating on Ultra Low Sulfur Diesel (ULSD) fuel. See attached Technical Instructions for additional salient characteristics and instructions., 18, Equipment Days; LI 002: One (1) ea. 30K Forklift Lease with a period of performance from 03 January 2016 to 12 January 2016 (10 Equipment Days). Forklift shall have an enclosed cab with air conditioning / climate control and shall be capable of operating on Ultra Low Sulfur Diesel (ULSD) fuel. See attached Technical Instructions for additional salient characteristics and instructions., 10, Equipment Days; LI 003: One (1) ea. 30K Forklift Lease with a period of performance from 28 January 2016 to 05 February 2016 (9 Equipment Days). Forklift shall have an enclosed cab with air conditioning / climate control and shall be capable of operating on Ultra Low Sulfur Diesel (ULSD) fuel. See attached Technical Instructions for additional salient characteristics and instructions., 9, Equipment Days; 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 Joint Base Lewis McChord 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 Joint Base Lewis McChord 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 Contracting Officer (KO) at the Mission and Installation Contracting Office, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. A protest to a U.S. Army Materiel Command forum is considered a ?protest to the agency?, as described in FAR 33.103. The HQAMC 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 or another external forum. The proper address for AMC level protests is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil 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, 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 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 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. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Quote MUST be good for 30 days after Request for Quote closing date. Questions concerning this quote must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. Contact ClientServices @ FedBid.com or call 1-877-9FEDBID to address any questions for quotes utilizing FedBid. Contact the specialist listed in the solicitation to address any questions concerning any other request for quotes. This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition. The following clauses apply: ClauseCriteria FAR 52.213-1Fast Pay is incorporated by reference and applies to Fast Paypurchase orders under $30,000. FAR 52.213-2Is incorporated by reference and applies to Invoicespurchase orders authorized for Advance Payment. FAR 52.213-3Is incorporated by reference and applies to all firm fixed Notice to Supplierprice purchase orders. FAR 52.213-4Is incorporated by reference and applies to Terms and Conditions-purchase orders under $150,000. DFARS 252.204-7012Safeguarding Covered Defense Information and Cyber Incident Reporting Simplified Acquisitions, Non-Commercial items FAR 52.252-2 : This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and affect 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 address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", ?vendor? or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.) Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on JBLM without prior approval of the Contracting Officer. See attached document for full text. See attached document for full text. Representation must be filled out and reattached with bid. See attached document for full text.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fe8cb01d8f0cba7ba919fac06c401589)
- Place of Performance
- Address: Special Shipping Instructions.
- Zip Code: -
- Zip Code: -
- Record
- SN03970206-W 20151217/151215234654-fe8cb01d8f0cba7ba919fac06c401589 (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 |