MODIFICATION
W -- 13-03 Back Hoe, Forklifts and Dump Trucks
- Notice Date
- 12/27/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- MICC Fort Irwin, Fort Irwin, CA 92310
- ZIP Code
- 92310
- Solicitation Number
- W9124B-13-T-1220
- Response Due
- 12/28/2012
- Archive Date
- 6/26/2013
- 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 W9124B-13-T-1220 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 2005-63. The associated North American Industrial Classification System (NAICS) code for this procurement is 532412 with a small business size standard of $7.00M.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 2012-12-28 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The MICC Fort Irwin Rotation Contracting Command requires the following items, Meet or Exceed, to the following: LI 001, Forklift 4K RUBA Must be reliable in the Fort Irwin, CA, and NTC Remote Training Areas. For Period of Performance 7 JAN 13 - 08 FEB 13, 1, EA; LI 002, Forklift 6K RUBA Must be reliable in the Fort Irwin, CA, and NTC Remote Training Areas. For Period of Performance 7 JAN 13 - 08 FEB 13, 2, EA; LI 003, Forklift 6K BSB (New York) Must be reliable in the Fort Irwin, CA, and NTC Remote Training Areas. For Period of Performance 16 JAN 13 - 27 JAN 13, 2, EA; LI 004, Forklift 10K RUBA (FASP) Must be reliable in the Fort Irwin, CA, and NTC Remote Training Areas. For Period of Performance 10 JAN 13 - 26 FEB 13, 1, EA; LI 005, Forklift 10K BSB (New York) Must be reliable in the Fort Irwin, CA, and NTC Remote Training Areas. For Period of Performance 16 JAN 13 - 27 JAN 13, 2, EA; LI 006, DUMP TRUCK ECT. DESCRIPTION: Dump Truck capable of pull trailer. Must be reliable in the Fort Irwin, CA, and NTC Remote Training Areas. For Period of Performance 04 JAN 13- 11 FEB 13 SEE STATEMENT OF WORK., 4, EA; LI 007, BACK HOE with Trailers ECT. DESCRIPTION: Back Hoe with Trailers. Must be reliable in the Fort Irwin, CA, and NTC Remote Training Areas. For Period of Performance 04 JAN 13- 11 FEB 13 SEE STATEMENT OF WORK. SEE STATEMENT OF WORK., 2, 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, MICC Fort Irwin Rotation Contracting Command 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. MICC Fort Irwin Rotation Contracting Command 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/. New or in good condition- 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 SOW. Delivery must be made within 5 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 5 days - required to make delivery after it receives a purchase order from the buyer. Offeror must be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the (SAM), it may do so through the (SAM) website at http://www.sam.gov. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL. 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 48HRS PRIOR TO CLOSING. 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. The award decision is based on evaluation factors that are tailored to the acquisition. Evaluation Factors: FACTOR #1: PAST PERFORMANCE #2: PRICE #3: DELIVERY. PRICE AND PAST PERFORMANCE ARE CONSIDERED EQUAL, BOTH ARE GREATER THAN DELIVERY (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror?s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d0addc20fd48a629cf85e68801fff1c0)
- Place of Performance
- Address: Multiple shipping information.
- Zip Code: Multiple
- Zip Code: Multiple
- Record
- SN02955953-W 20121229/121227233827-d0addc20fd48a629cf85e68801fff1c0 (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 |