MODIFICATION
23 -- NTC - 4X4 vehicles
- Notice Date
- 4/26/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- USPFO for PA, ANNVILLE, PA 17003
- ZIP Code
- 17003
- Solicitation Number
- 11170619
- Response Due
- 5/8/2018
- Archive Date
- 11/4/2018
- 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 11170619 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 532111 with a small business size standard of $38.50M. 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 2018-05-08 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Irwin, CA 92310 The National Guard - Pennsylvania requires the following items, Meet or Exceed, to the following: LI 001: Truck, 4x4, 4 Door, Ford F250 or Similar (Diesel Fuel Only) EXTENDED DESCRIPTION: Price shall include delivery and removal. Requirement must be in accordance with the attached performance work statement (PWS). Delivery of the vehicles shall be coordinated with the COR prior to delivery, in order to confirm delivery times and location. PLACE OF PERFORMANCE: 2 EA at ECT(RUBA) and (RUBA) FORT IRWIN, CA. PERIOD OF PERFORMANCE: 18 JULY 2018 TO 24 August 2018., 4, 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, National Guard - Pennsylvania 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. National Guard - Pennsylvania 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. 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) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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/far/. 52.203-3; 52.203-6;52.232-39; 52.204-10; 52.209-6; 52.219-4; 52.219-8; 52.212-1; 52.212-3,4,5; 52.219-28; 52.223-18; 52.232-33, 52.233-3,4; 52.237-2; 52.209-6; 52.237-3; 52.246-25 All clauses can be found in their entirety at http://farsite.hill.af.mil 252.203-7000; 252.203-7003; 252.232-7010; 252.237-7010; 252.252-2; 252.209-7993; 252.203-7001; 252.204-7003; 252.209-7004; 252.232-7006; 252.243-7001; 252.243-7002; WIDE AREA WORKFLOW STATEMENT (FEB 2006) IAW 252.232-7003, all invoices must be submitted via WAWF. It is mandatory that you use this E-Invoicing system to ensure timely payment of your invoice. WAWF is a web-based tool for the processing of invoices/receiving reports. This will bring about major changes in the amount of time it takes to process these documents making payment much faster. The web site for this system is https://wawf.eb.mil. There are no charges to use WAWF. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance- To demonstrate acceptable past performance, the Offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope, and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will be evaluated as neutral on Past Performance, providing the Offeror supplies a certified statement with their offer that no past performance information is available. Neutral past performance is not negatively scored but may have a negative impact in the overall consideration for award. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The Offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the Offeror. Limit past performance documentation to four pages. 2. Technical Capability- Technical Capability is defined as the ability to perform all performance requirements as listed in the attached PWS, while maintaining quality and timeliness. To demonstrate acceptable technical capability, the Offeror shall provide documentation demonstrating this ability in the form of a brief plan of how they will meet the requirements of the PWS. 3. Price- All proposals submitted will be evaluated for Technical Capability, Past Performance, and Price. The Government will issue an award to the Offeror whose proposal is the most advantageous to the Government but not necessarily the lowest price. If all things are equal, the Offeror which is most advantageous to the Government may also be the lowest price determined to be reasonable IAW FAR 12.209. Offerors are encouraged to propose their best price. The Government will evaluate offers for award purposed by adding the total price all Line Items. The resulting contract from this solicitation will be a firm-fixed price contract. (b) Technical and past performance, when combined, are equal to Price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (d) It is not the intent of the Government to enter into negotiations. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Past Performance, Technical Capability, and Price reasonableness. Failure to submit sufficient information for the Government to determine Technical Capability, Past Performance, or Price may result in the rejection of your proposal. An award will be made on the basis of the lowest evaluated price (IAW FAR 52.2122-2(b)), of proposals meeting or exceeding the acceptability standards for non-cost factors. Must be compliant with FAR 52.228-8.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5c8614985d0c1ece655e37eb6e3c4e92)
- Place of Performance
- Address: Fort Irwin, CA 92310
- Zip Code: 92310
- Zip Code: 92310
- Record
- SN04902189-W 20180428/180426230924-5c8614985d0c1ece655e37eb6e3c4e92 (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 |