Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
MODIFICATION

W -- Lease of 11 Each Storage Containers for One Year

Notice Date
6/13/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1942 Gaffney Street Suite 100, Pearl Harbot, HI 96860
 
ZIP Code
96860
 
Solicitation Number
N00604-12-T-3136
 
Response Due
6/18/2012
 
Archive Date
12/15/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 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 N00604-12-T-3136 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 FAC 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 531130 with a small business size standard of $25.50M.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 2012-06-18 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be JBPHH, HI 96860 The FLC - Pearl Harbor requires the following items, Meet or Exceed, to the following: LI 001, Lease of 8' tall x 20' wide ISO Storage container with roll-up side door. Side door is in the middle of the side of container and the dimensions are approximately 6' 3" tall x 6' wide. Moveable with a forklift and a crane., 6, EA; LI 002, Lease of 8' x 20' ISO Storage container with cargo door end loading. Moveable with a forklift and a crane., 5, EA; LI 003, Shipping or Delivery, 1, GROUP; 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, FLC - Pearl Harbor 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. FLC - Pearl Harbor 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120522. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 531130 and the Small Business Standard is $25.5M. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. 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. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Central Contractor Registration (CCR). Sellers must be registered in the CCR database to be considered for award. Registration is free and can be completed in-line at http://www.ccr.gov/ Personal Identity Verification of Contractor Personnel (Jan 2011) Instructions to Offerors Evaluation Terms and Conditions Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (February 2012) Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) Notice of Total Small Business Set Aside Post Award Small Business Program Rerepresentation Convict Labor (June 2003) Child Labor--Cooperation with Authorities and Remedies Prohibition of Segregated Facilities Equal Opportunity Affirmative Action for Workers w/ Disabilities (OCT 2010) Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) Restriction on Foreign Purchases (June 2008) Payment by Electronic Funds Transfer - CCR FOB Destination Solicitation Provisions Incorporated by Reference. 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 address(es): https://www.acquisition.gov.far/ Clauses Incorporated by Reference. 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): https://www.acquisition.gov.far/ Control of Government Personnel Work Product (April 1992) CCR Alternate A Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) Requirements Relating to Compensation of Former DOD Officials (Sept 2011) Buy American Act & Balance of Payments Buy American Act-Balance of Payments Program Certificate Electronic Submission of Payment Requests Transportation of Supplies by Sea and, (iv) Alt III Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (Dev 2012-O0004) (Jan 2012) Prohibition of Hexavalent Chromium (May 2011) Representation Relating to Compensation of Former DoD Officials Requirement to Inform Employees of Whistleblower Rights Wide Area Workflow (WAWF) Levies on Contract Payments Authorized Changes by the KO (FEB 2008)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N00604-12-T-3136/listing.html)
 
Place of Performance
Address: JBPHH, HI 96860
Zip Code: 96860-5530
 
Record
SN02774680-W 20120615/120613235552-131f68da435ca31dfc235a3d2a97811c (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.