Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2016 FBO #5367
SOLICITATION NOTICE

68 -- SP410002 Bulk Solar Salt

Notice Date
8/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1900 W Sunshine Street, Springfield, MO 65807
 
ZIP Code
65807
 
Solicitation Number
SP410002
 
Response Due
8/19/2016
 
Archive Date
2/15/2017
 
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 SP410002 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 2005-89. The associated North American Industrial Classification System (NAICS) code for this procurement is 325998 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 2016-08-19 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Springfield, MO 65807 The DOJ BOP Field Offices - MCFP SPRINGFIELD requires the following items, Meet or Exceed, to the following: LI 001: Contractor to provide Bulk Solar Salt extra course for water softeners located at U.S. Medical Center for Federal Prisoners, Springfield, MO. Ton= TN (provide price per ton) CONTRACT REQUIREMENTS: VENDOR MUST HAVE THE CAPABILITY AND EQUIPMENT FOR THE SALT TO BE BLOWN THROUGH A FOUR (4) INCH PIPE TO THE BRINE TANK. THIS TANK IS LOCATED OUTSIDE THE PERIMETER FENCE AT THE POWERHOUSE. FITTINGS ARE STANDARD PNEUMATIC 4" FITTINGS. THE SALT MUST BE BLOWN 19 FEET HIGH. THIRTY (30) FEET OF HOSES ARE REQUIRED TO REACH THE TANK FROM THE TRUCK WHICH WILL BE PARKED INSIDE THE CONTAINMENT BARRIER. PICTURES ARE INCLUDED IN THE "BUY ATTACHMENTS" IT IS ESTIMATED THAT 24 TONS OF SOLAR SALT WILL BE PROVIDED IN EACH DELIVERY. THERE ARE SEVEN (7) ESTIMATED DELIVERIES DURING PERFORMANCE PERIOD. COST WILL BE BASED ON TONS AND COST PER TON WILL BE FOB DESTINATION. DELIVERY INFORMATION: THE SUCCESSFUL CONTRACTOR SHALL PROVIDE ALL REQUIREMENTS TO THE U.S. MEDICAL CENTER FOR FEDERAL PRISONERS, 1900 W. SUNSHINE STREET, SPRINGFIELD, MO 65807. DELIVERY WILL BE ON AN AS NEEDED BASIS. THE GOVERNMENT WILL NOTIFY THE SUCCESSFUL QUOTER AWARDED THIS CONTRACT WHEN DELIVERY OF SOLAR SALT IS REQUIRED. PRIOR TO DELIVERY, A TWENTY-FOUR (24) HOUR ADVANCED NOTCE IS REQUIRED BY THE VENDOR. DELIVERY HOURS ARE BETWEEN 7:30A.M AND 3:00P.M. CST, MONDAY- FRIDAY, WITH THE EXCEPTION OF FEDERAL HOLIDAYS. NOTE: REQUIREMENTS ARE ESTIMATES ONLY AND ARE NOT GUARANTEED. QUANTITIES MAY INCREASE OR DECREASE BASED ON NEED. IF REQUIRED, THIS WILL BE REFLECTED VIA A MODIFICATION. Performance Period 10/1/16-9/30/17., 168, TONS; 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, DOJ BOP Field Offices - MCFP SPRINGFIELD 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. DOJ BOP Field Offices - MCFP SPRINGFIELD 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. As defined in the Federal Acquisition Regulation (FAR) 2.101, the terms ?offer? and ?offeror? refer to a response to a solicitation that, if accepted, would bind the submitter to perform the resultant contract. The terms ?bid? and ?bidder? refer to an offer submitted in response to an Invitation for Bid (IFB). The term ?proposal? refers to an offer submitted in response to a Request for Proposal (RFP). The terms ?quotation,? ?quote,? and ?quoter? refer to a non-binding submission in response to a Request for Quotation (RFQ) which is not an offer. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid/Proposal/Quotation 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/Proposal/Quotation being determined to be unacceptable. Bid/Offer MUST be good for 60 calendar days after close of Buy, unless otherwise indicated. 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. Delivery shall be made as indicated in the line items. 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). The Contracting Officer will indicate elsewhere in this Buy as to whether responses will be evaluated for award based either upon (a) price and pricing factors only (Bids/Quotes) or (b) price and other factors (Proposals/Quotes). All Bids/Proposals/Quotations must conform to the listed specifications or the Statement of Work. If award criteria are based upon (b) price and other factors, the Contracting Officer shall clearly indicate the criteria to be applied elsewhere in this Buy. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-l, Instructions to Offerors Commercial Items; FAR 52.212-3 Offeror Representations and Certifications- Commercial items; FAR 52.212-4, Contract Terms and Conditions- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, paragraph (a) and the following additional clauses in paragraph (b):52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-26, 52.222-36, 52.222-41 52.222-50, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 52.232-33, 52.204-19, 52.209-6,52.219-28,52.223-5,52.237-2. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/?q=browsefar NOTHING CONTAINED HEREIN SHALL OBLIGATE THE GOVERNMENT PRIOR TO CONGRESS MAKING FUNDS AVAILABLE FOR FY17. Requirements Based on Actual Need. Changes to increase, decrease, or otherwise change the deliveries as specified shall be made by a written modification issued by the Contracting Officer if applicable. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The Bidder/Offeror/Quoter may not substitute any item/service listed on this order without prior written approval from the BOP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this Buy. Items that do not conform to descriptions and part numbers found in this Buy will be rejected at the time of delivery causing a return at the contractor's expense. Compliance with Homeland Security Presidential Directive-12 (HSPD-12) and Federal Information Processing Standard Publication 201 (FIPS 201) 1 entitled "Personal Identification Verification (PIV) for Federal Employees and Contractors," Phase I. 1. Long-Term Contractor Personnel: In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term 2 contractor employee whose background investigation (BI) process begins on or after October 27, 2005: a. Contractor Personnel must present two forms of identification in original form prior to badge issuance (acceptable documents are listed in Form 1-9, OMB No. 1615-0047, "Employment Eligibility Verification," and at least one document must be a valid State or Federal government-issued picture ID); b. Contractor Personnel must appear in person at least once before a DOJ official who is responsible for checking the identification documents. This identity proofing must be completed sometime during the clearance process but prior to badge issuance and must be documented by the DOJ official; c. Contractor Personnel must undergo a BI commensurate with the designated risk level associated with the duties of each position. Outlined below are the minimum BI requirements for each risk level: ? High Risk- Background Investigation (5 year scope) ? Moderate Risk- Limited Background Investigation (LBI) or Minimum Background Investigation (MBI) ? Low Risk - National Agency Check with Inquiries (NACI) investigation THE ENTIRE FULL TEXT IS IN THE "BUY ATTACHMENTS" For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. Legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the U.S. The following website provides current information regarding allied countries: http://www.opm.gov/employ!html/citizen.htm By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. [End of Clause] Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/SP410002/listing.html)
 
Place of Performance
Address: Springfield, MO 65807
Zip Code: 65807-2240
 
Record
SN04203035-W 20160803/160801234506-64afbbf06ffe0a68484962f6dab14383 (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.