MODIFICATION
99 -- Aluminum Rail Spanners 24" Wide X 96" Long
- Notice Date
- 3/30/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- 1064 Apple Street, Fort Wainwright, AK 99703
- ZIP Code
- 99703
- Solicitation Number
- W912D0-18-R-0009
- Response Due
- 4/3/2018
- Archive Date
- 9/30/2018
- 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
- 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 W912D0-18-R-0009 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 332312 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 2018-04-03 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions. The ECC Fort Wainwright requires the following items, Brand Name or Equal, to the following: LI 001: Rail Spanners with 2" high Knife Toe 24" Wide X 96" Long / 4" thick / each weighs 111lbs. Rated: 20,000lbs per single spanner (40,000lbs per pair) (2 to 1 safety factor). Improved "kicker plate" utilizing tubes instead of angles. Specifications Plate Etched with Part Number & Capacity Includes Two Carry Handles - Two on one side only., 100, EA; LI 002: Estimated Freight Shipping & Handling FOB: Destination 402d AFSB, Logistics Readiness Center (LRC), Building 3030 Neely Road, Fort Wainwright, AK 99703 POC William Richardson phone 907.353.1115. Weight 100 Spanners = 11,000lbs; Estimated Containers: 6 skids (170lbs per wooden skid) 6 skids (96"L x 48"W x 76"H) 4,040lbs each., 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, ECC Fort Wainwright 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. ECC Fort Wainwright 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 - initial acceptance will be at the discretion of the acceptor during the delivery. All items required must be fully functional, present, and compatible as required by the Statement of Work (SOW). 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 FOB destination: 402nd AFSB, LRC; Building 3030, Neely Road; Fort Wainwright, AK 99703 POC: William Richardson phone 907.353.1115. 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): 52.204-10, 52.209-6, 52.209-9, 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-18, 52.224-3, 52.225-13, 52.232-34 and the following clause in paragraph (c): 52.222-62. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports," the contractor shall submit payment request and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The full text of the referenced FAR clause may be accessed electronically at https://www.acquisition.gov/far/. In accordance with DFARS 252.232-7006, "Wide Area Workflow Payment Instructions," to access WAWF, the Contractor shall -- (1) have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this website. WAWF training --the Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment request through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. The full text of the referenced FAR clause may be accessed electronically at https://www.acquistion.gov/far/. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price only unless the Buy Terms are edit to ready otherwise. As identified in Question Submission, "questions not received in a reasonable time prior to close of the solicitation may not be considered" are defined FOR THIS SOLICITATION as: THE CUTOFF TIME FOR RECEIPT OF QUESTIONS REGARDING THIS SOLICITATION IS Wednesday March 28, 2018 4:00 p.m. ALL QUESTIONS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. All questions submitted within the allotted time will be answered within 24 hours. FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-8, Annual Representations and Certifications (Jan 2018) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-17, Ownership or Control of Offeror (Jul 2016) FAR 52.204-20, Predecessor of Offeror (Jul 2016) FAR 52.204-22, Alternative Line Item Proposal (Jan 2017) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jan 2017) FAR 52.212-2, Evaluation ” Commercial Items (Oct 2014) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017) FAR 52.212-3 Alternate I, Offeror Representations and Certifications “ Commercial Items (Oct 2014) FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran---Representation and Certifications (Oct 2015) DFARS 252.203-7005, Representation Relating To Compensation of Former DOD Officials (Nov 2011) DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ”Representation (Deviation 2016-O0003) DFARS 252.204-7004, Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7007 Alternate A, Annual Representations and Certifications (Jan 2015) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7011, Alternative Line Item Structure (Sep 2011) DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System ”Statistical Reporting in Past Performance Evaluations (Jun 2015) DFARS 252.223-7008, Prohibition of Hexavalent Chromium, (Jun 2013) DFARS 252.225-7000, Buy American ”Balance of Payments Program Certificate, (Nov 2014) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that ” It [_] has, [_] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; It [_] has, [_] has not filed all required compliance reports; and Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) FAR 52.225-18, Place Of Manufacture (Mar 2015) (a) Definitions. As used in this clause ” śManufactured end product ť means any end product in product and service codes (PSCs) 1000-9999, except ” FPSC 5510, Lumber and Related Basic Wood Material; Product or Service Group (PSG) 87, Agricultural Supplies; PSG 88, Live Animals; PSG 89, Subsistence; PSC 9410, Crude Grades of Plant Materials; PSC 9430, Miscellaneous Crude Animal Products, Inedible; PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; PSC 9610, Ores; PSC 9620, Minerals, Natural and Synthetic; and PSC 9630, Additive Metal Materials. śPlace of manufacture ť means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly ” (1) o In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) o Outside the United States. (End of Provision) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://acquisition.gov/comp/far/index.html http://farsite.hill.af.mil/ (End of Provision) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) FAR 52.212-4, Contract Terms and Conditions “ Commercial Items (Jan 2017) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-23, Assignment of Claims (May 2014) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.225-7001, Buy American and Balance of Payments Program--Basic (Dec 2017) DFARS 252.227-7015, Technical Data “Commercial Items (Feb 2014) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect 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/these address(es): http://acquisition.gov/comp/far/index.html http://farsite.hill.af.mil/ (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4229dfb2e7962651bee1a278d6d59547)
- Place of Performance
- Address: Special Shipping Instructions.
- Zip Code: -
- Zip Code: -
- Record
- SN04873610-W 20180401/180330231026-4229dfb2e7962651bee1a278d6d59547 (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 |