Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2018 FBO #5948
SOLICITATION NOTICE

36 -- Cage and Rack Washer

Notice Date
3/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
6565 Surveillance Loop, Aberdeen Proving Ground, MD 21005
 
ZIP Code
21005
 
Solicitation Number
W91ZLK-18-T-CAGE
 
Response Due
3/27/2018
 
Archive Date
9/23/2018
 
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
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 W91ZLK-18-T-CAGE 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 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 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 2018-03-27 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be GUNPOWDER, MD 21010 The APG - Tenant Division requires the following items, Brand Name or Equal, to the following: LI 001: Cage and Rack Washer (Please see attachments) SITE VISIT: A site visit is scheduled for Tuesday, March 13, 2018 at 1:00PM EST. If you plan to attend the site visit, please submit your name and contact information to Ms. Toni Foster, toni.m.foster.civ@mail.mil, NLT 1:00pm ET Friday, March 9, 2018. Directions and instructions to access the facility will be provided upon receipt of intent to attend. No more than two (2) representatives per company shall be allowed on the site visit. It is the Offerors responsibility to plan to arrive early enough to process through the Visitor Center and arrive at the site NLT 1:00PM. It is highly recommended that the Offeror should visit the site and take such steps as may be necessary to ascertain the nature and location of the work and the general and local conditions that may affect the work or cost thereof. THE SITE VISIT IS NOT MANDATORY and failure to attend will not disqualify the Offeror from competition. Failure to attend will not relieve the Offeror from the responsibility for properly estimating the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understating or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quote (RFQ), the specifications or related documents., 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, APG - Tenant Division 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. APG - Tenant Division 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. A site visit is scheduled for Tuesday, March 13, 2018 at 1:00PM EST. If you plan to attend the site visit, please submit your name and contact information to Ms. Toni Foster, toni.m.foster.civ@mail.mil, NLT 1:00pm ET Friday, March 9, 2018. Directions and instructions to access the facility will be provided upon receipt of intent to attend. No more than two (2) representatives per company shall be allowed on the site visit. It is the Offerors responsibility to plan to arrive early enough to process through the Visitor Center and arrive at the site NLT 1:00PM. It is highly recommended that the Offeror should visit the site and take such steps as may be necessary to ascertain the nature and location of the work and the general and local conditions that may affect the work or cost thereof. THE SITE VISIT IS NOT MANDATORY and failure to attend will not disqualify the Offeror from competition. Failure to attend will not relieve the Offeror from the responsibility for properly estimating the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understating or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quote (RFQ), the specifications or related documents. It is also required any contractor doing business with the government under contract be registered in the System for Award Management (SAM) website url: https://www.sam.gov/portal/public/SAM/ 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) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. 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/?q=browsefar Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/95c98a0f41fe7470d5dc913b617f71d7)
 
Place of Performance
Address: GUNPOWDER, MD 21010
Zip Code: 21010-5424
 
Record
SN04842656-W 20180307/180305231131-95c98a0f41fe7470d5dc913b617f71d7 (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.