MODIFICATION
51 -- Tools for M777A2 Howitzer
- Notice Date
- 7/11/2017
- Notice Type
- Modification/Amendment
- Contracting Office
- 9 Phipps Rd, Picatinny Arsenal, NJ 07806
- ZIP Code
- 07806
- Solicitation Number
- UNAWRD-17-R-TH10
- Response Due
- 7/18/2017
- Archive Date
- 1/14/2018
- 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
- N/A
- 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 UNAWRD-17-R-TH10 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 423710 with a small business size standard of 100.00 employees. This requirement is unrestricted 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 2017-07-18 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions. The ACC - New Jersey requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: TORQUE WRENCH/HANDLE: 30-150 FT LBS, 16MM SPIGOT DR END 5120-01-528-8733, 21, EA; LI 002: WRENCH, BOX END: 55MM WR SURF 5120-01-590-3362, 13, EA; LI 003: COME ALONG 5120-01-373-4289, 21, EA; LI 004: VIDEO BORESCOPE, GUN TUBE 6650-01-631-0369, 13, EA; LI 005: DIGITAL VERNIER CALIPER 5210-01-644-9211, 21, EA; LI 006: SCRIBE 5120-01-428-8372, 38, EA; LI 007: CYLINDER, COMPRESSED GAS, NITROGEN 8120-01-263-3614, 38, EA; LI 008: PURGING KIT, FIRE CONTROL: ARTILLERY COMMON 4931-00-065-1110, 12, EA; LI 009: TOOL KIT ELECTRO OPTICAL 5180-01-576-6593, 13, EA; LI 010: BRUSH AND BAG ASSEMBLY 1025-01-196-2176, 145, EA; LI 011: BRUSH, DUSTING, LENS 7920-00-205-0565, 145, EA; LI 012: EXTENSION, SOCKET WRENCH 5120-00-243-7326, 145, EA; LI 013: EXTENSION, SOCKET WRENCH 5120-00-227-8079, 145, EA; LI 014: FILE, TAPER, SAW 5110-01-542-3028, 145, EA; LI 015: HAMMER, HAND 6 LB 5120-00-265-7462, 145, EA; LI 016: HAMMER, HAND SOFT FACE 5120-01-335-1469, 145, EA; LI 017: HANDLE SOCKET WRENCH 5120-00-230-6385, 145, EA; LI 018: JACK, MECHANICAL LEVELING 3460-01-534-2845, 145, EA; LI 019: LUBRICATING, GUN HAND 4930-00-253-2478, 145, EA; LI 020: MULTITOOL 5110-01-425-7570, 145, EA; LI 021: OILER, HAND 4930-00-537-8977, 145, EA; LI 022: PUNCH, DRIVE PIN 5120-00-239-0038, 145, EA; LI 023: RATCHET, HEAD 3/4 IN 5120-01-335-1318, 145, EA; LI 024: REPLACEMENT RUBBER, MED 5120-01-435-0661, 145, EA; LI 025: REPLACEMENT RUBBER, PL 5120-01-435-0665, 145, EA; LI 026: SECTION, BIG BAG 8460-00-606-8366, 145, EA; LI 027: SOCKET, 24MM 1/2 IN 5120-01-430-7680, 145, EA; LI 028: SOCKET, 33MM A/F 5130-01-355-1874, 145, EA; LI 029: SOCKET, 11MM 1/2 IN 5120-01-430-7959, 145, EA; LI 030: SOCKET, 16MM 1/2 IN 5120-00-263-4148, 145, EA; LI 031: SOCKET, EQUILIBRATOR ADJ 5130-01-112-0552, 145, EA; LI 032: BRUSH, WIRE, SCRATCH 7920-00-291-5815, 145, EA; LI 033: HANDLE, FILE, WOOD 5110-00-263-0349, 145, EA; LI 034: HYDRO STRUT COVER 1095-01-551-1294, 290, EA; LI 035: SCREWDRIVER, FLAT TIP 5120-00-278-1283, 145, EA; LI 036: GAGE, TIRE PRESSURE 4910-00-204-3170, 145, EA; LI 037: HELO SLINGS (25K SLING) 1670-01-027-2900, 21, EA; LI 038: HELO SLINGS 1670-00-587-3421, 21, EA; LI 039: BAG, TOOL KIT 5140-00-473-6256, 145, EA; LI 040: BRUSH, ALL PURPOSE 1005-00-494-6602, 145, EA; LI 041: WRENCH, ADJUSTABLE 12 IN 5120-00-264-3796, 145, EA; LI 042: CHEST, TOOL KIT 5140-00-653-4198, 145, EA; LI 043: PLIERS, SLIP JOINT 5120-00-223-7397, 145, EA; LI 044: Fluke 712 RTD Calibrator 6685-01-659-9949, 145, 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, ACC - New Jersey 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. ACC - New Jersey 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) origin (with the origin point being Anniston, AL (muster point)). This means that the seller must deliver the goods on its conveyance to the location in Anniston, AL 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 muster point. 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. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. Schedule is required as written into attachment labeled Tools Delivery Schedule. 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 http://www.acqnet.gov/far. The Government will award a contract resulting from this solicitation to the responsible Offeror whose proposal meets the solicitation requirements and offers the lowest price. The Government intends to make only one award as a result of this RFP. The Government will select for award the proposal that represents the lowest priced, technically acceptable offer to the Government. Evaluation Factors and Basis For Award Technical All Vendor quotes shall at minimum meet the specifications listed in the Statement of Work (SOW) and applicable documents. Vendors Quotes will be rated either Acceptable or Unacceptable in the technical factor. Vendors must meet all listed requirements to receive an Acceptable rating. Vendors must identify the sources or suppliers or subcontractors for each part. Offerers will describe and demonstrate how the required delivery schedule will be met. If a quote does not meet all listed requirements, the quote will receive an Unacceptable Rating. Past Performance The Offeror will be evaluated on the quality of their relevant and recent past performance, as it relates to the probability of success on this contract. Independent data will be used to evaluate the Offeror s past performance. Based on the Offeror s previous and current experience and performance on same or similar items (maximum 3 years) including the frequency of cost growths and schedule delays, the Government will assess those risks associated with the Offeror s past performance. The Government will focus its inquiry of the Offeror s record of performance as it relates to all solicitation requirements, including cost, schedule, and quality of product, timeliness of performance, business practices, and customer significant achievement. Offerors are cautioned that the Government may use data obtained from other sources. Offerors will be rated either Acceptable or Unacceptable in the past performance factor. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a) (2) (iv)). Therefore, the Offeror shall be determined to have unknown past performance. In the context of Acceptability/Unacceptability, unknown shall be considered Acceptable. Price This factor will be evaluated by adding the total cost to the US Government for the listed items in the pricing attachment. Proposed prices shall be inclusive of all costs including shipping and taxes. Offeror is responsible for shipping to the FOB Origin/muster point, Anniston Alabama.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b93b2fb20ed3ebdd6dd62c40b1c265cd)
- Place of Performance
- Address: Special Shipping Instructions.
- Zip Code: -
- Zip Code: -
- Record
- SN04574191-W 20170713/170711234817-b93b2fb20ed3ebdd6dd62c40b1c265cd (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 |