SOLICITATION NOTICE
39 -- Utility Tractor
- Notice Date
- 6/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1 Buffington Street, Watervliet, NY 12189
- ZIP Code
- 12189
- Solicitation Number
- W911PT12Q0126
- Response Due
- 7/3/2012
- Archive Date
- 12/30/2012
- 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
- N/A
- 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 W911PT12Q0126 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 333112 with a small business size standard of 500.00 employees.This requirement is unrestricted 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 2012-07-03 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Watervliet, NY 12189 The The Army Contracting Command - Warren (ACC-WRN) (WVA) requires the following items, Brand Name or Equal, to the following: LI 001, Utility Tractor, 30HP, 4-Cylinder, Liquid-Cooled Diesel, 91.5 Cubic Inch Displacement, Hydrostatic Transmission, Independent PTO, Deluxe Cab with Heat, AC, Work Lights, Rear Defogger - Kubota B3000HSDCC, or Equal. Tractor to include the following Implements: - Front Loader - Part # LA403, or Equal - 60 Inch Bucket - Part # B2355, or Equal - Loader Valve 403 - Part # B2325A, or Equal - 72 Inch Snow Blade - Part # B2775, or Equal - Quick Hitch - Part # B2791A, or Equal - Block Heater 115 Volt - Part # 70000-73274, or Equal - Tires Load B Turf, or Equal **If supplying an equal product, product literature and specifications are required. Please identify manufacturer and model being offered., 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, The Army Contracting Command - Warren (ACC-WRN) (WVA) 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. The Army Contracting Command - Warren (ACC-WRN) (WVA) 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. Bid MUST be good for 60 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. 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. 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. No partial shipments are permitted unless specifically authorized 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 ALT I Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 (DEVIATION) Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Item; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR; FAR 52.222-37 Employment Reports on Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration; FAR 52.223-11 Ozone-Depleting Substances; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.242-12 Stop Work Order; 52.252-1 Solicitation Provisions Incorporated by Reference. The full text of FAR provisions or clauses may be accessed electronically at http://www.acqnet.gov/far The following DFARS clauses are applicable. DFARS 252.212-7001 (DEVIATION) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alt A Central Contractor Registration Alternate A; DFARS 252.204-7006 Billing Instructions; DFARS 252.204-7008 Export-Controlled Items; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002 Qualifying Sources; DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payment; DFARS 252.223-7008 Prohibition on Hexavalent Chromium; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.247-7023 ALT III Transportation of Supplies by Sea. The full text of DFARS provisions or clauses may be accessed electronically at http://www.acq.osd.mil/dpap/ In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, all requests for payment shall be submitted electronically through Wide Area Work Flow ? Receipt and Acceptance (WAWF). This application allows vendors to submit and track invoices and receipt/acceptance documents electronically. Hardcopy submission of receiving reports and invoices will no longer be accepted. The WAWF website is located at https://wawf.eb.mil. This is no charge to use WAWF. Contractors must register to use WAWF at this website. Contractor training is available at the website Home Page. First time registrants should review the ?Vender ? Getting Started Help? portion of the website regarding prerequisites required before registration can be accomplished. Contractors may contact the WAWF Customer Support for assistance at 1-866-618-5988. The Army WAWF helpdesk can also be reached at 1-877-232-9293. Additional WAWF detail will be provided with any resultant award. **In lieu of FAR Clause 252.225-7001, the following DFARS Clauses are applicable. DFARS 252.225-7035 Alt I, Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate - Alternate I; DFARS 252.225-7036 Alt I, Buy American Act - Free Trade Agreement - Balance of Payments Program - Alternate I; The full text of DFARS provisions or clauses may be accessed electronically at http://www.acq.osd.mil/dpap/ The following is provided as the basis for determination in accordance with DFARS clause 252.225-7036. To be considered as a domestic end product, the following qualifications must be met. Domestic end product means- An unmanufactured end product that has been mined or produced in the United States; or An end product manufactured in the United States if- The cost of its qualifying country components and its components that are mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. The cost of components includes transportation costs to the place of incorporation into the end product and U.S. duty (whether or not a duty-free entry certificate is issued). Scrap generated, collected, and prepared for processing in the United States is considered domestic. Therefore, 50 percent or more of the costs of the components of these specific forklifts being quoted need to be mined, produced or manufactured in the United States, a qualifying country, Free Trade Agreement country end products other than Bahrainian end products or Moroccan end products. **If your product does not meet the criteria for being considered a domestic end product as stated above, a 50% evaluation factor will be added to the quoted price of each item in accordance with DFARS Subpart 225-5. IF PROVIDING AN ?OR-EQUAL? TO THE PRODUCT LISTED, PRODUCT LITERATURE IS REQUIRED TO BE SUBMITTED FOR TECHNICAL EVALUATION AS TO ACCEPTABILITY. DECISION OF THE TECHNICAL ACCEPTABILITY IS AT THE SOLE DISCRETION OF THE GOVERNMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9f780903f71781d43bc521c35e6e58f3)
- Place of Performance
- Address: Watervliet, NY 12189
- Zip Code: 12189
- Zip Code: 12189
- Record
- SN02782421-W 20120623/120621235430-9f780903f71781d43bc521c35e6e58f3 (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 |