SOLICITATION NOTICE
16 -- Electric Long Lines
- Notice Date
- 8/17/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 2452 Fairview Dr, Carson City, NV 89701
- ZIP Code
- 89701
- Solicitation Number
- W9124X18Q0003
- Response Due
- 8/28/2018
- Archive Date
- 2/24/2019
- 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 W9124X18Q0003 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 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 314994 with a small business size standard of 1,000.00 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 2018-08-28 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Reno, NV 89506 The National Guard - Nevada requires the following items, Brand Name or Equal, to the following: LI 001: 13' Pendulum Electric Long Line. Helibasket Part # ELLSYSWL10-P 22mm Plasma 12 Strand rope, covered with polyester jacket, coated in orange polyurethane for protection. 10,000 LB WLL. Potted BTU fitting on bottom end with hawser thimble on lifting end. Three screw pin D-ring (2500 LB WLL)shackles mounted on potted end, with Electric Hook 10,000 LB WLL. Includes extended aircraft intercom capability. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent., 1, EA; LI 002: 120' Electric Long Line. Helibasket Part # ELLSYSWL10-120 22mm Plasma 12 Strand rope, covered with polyester jacket, coated in orange polyurethane for protection. 10,000 LB WLL. Potted BTU fitting on bottom end with hawser thimble on lifting end. Three screw pin D-ring (2500 LB WLL)shackles mounted on potted end, with Electric Hook 10,000 LB WLL. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent., 1, EA; LI 003: Hand Control, Electric Long Line. Helibasket Part # HCELL Hand Control Kit for Remote Cargo Hook, 1, EA; LI 004: Trolley (ground support equipment) for storage and transportation of remote hook and electric long line systems. Helibasket Part # TROLLEY ELLSYS, 1, EA; LI 005: Shipping (if Applicable) to Reno, Nevada 89506, 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, National Guard - Nevada 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 - Nevada 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 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/far/. Items 0001, 0002 and 0003 must meet Airworthiness Standards in accordance with the attached release (AWR 1963).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/84a7e81202c850c46e07127a5770d46d)
- Place of Performance
- Address: Reno, NV 89506
- Zip Code: 89506
- Zip Code: 89506
- Record
- SN05042679-W 20180819/180817230748-84a7e81202c850c46e07127a5770d46d (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 |