MODIFICATION
54 -- NSSF MODULAR SCAFFOLD REPLACEMENT PARTS
- Notice Date
- 8/1/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- FISC Norfolk Contracting Office Groton Code 245.2, Groton, CT 06349
- ZIP Code
- 06349
- Solicitation Number
- N0018918QG207
- Response Due
- 8/3/2018
- Archive Date
- 1/30/2019
- 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
- N/A
- 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 N0018918QG207 and is issued as a Request for Quote (RFQ), 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 332323 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-08-03 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Groton, CT 06340 The FLC Norfolk - Groton requires the following items, Brand Name or Equal, to the following: LI 001: POST, MODULAR VERTICAL LEG FFP Eight Cup Leg (3 ft 10 in) - Modular Vertical Leg Post MFG Excel Modular Scaffold and Leasing Corp Part Nr. VP8 SALIENT CHARACTERISTICS Modular Vertical Leg Post must be compatible with standard 1.90OD Tube and Clamp material. When connecting verticals, a vertical pin with snap buttons must be used to align the verticals. Tubing is 1.90 diameter, 11-guage (0.120 wall), high-strength, minimum 65,000 yield, and 75,000 tensile. Tube length 46 inch, overall length 49.25 inch, galvanized weight 15.3 lbs. To include shipping, delivery FOB Destination to Groton, CT Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product., 250, EA; LI 002: TOE BOARD, MODULAR ALUMINUM FFP Modular Aluminum Toe Board - 2 Foot MFG Excel Modular Scaffold and Leasing Corp Part Nr. ATB-24 SALIENT CHARACTERISTICS Modular Aluminum Toe Board with locking cliips must be compatible with all types of scaffold material. The Toe Board must lock the scaffod boards down eliminating the need to wire boards to the horizontals. Toe board must have holes for nailing to wood planks. 2-Foot Aluminum Toe Board, Width 24 inch, galvanized weight 6 lbs. To include shipping, delivery FOB Destination to Groton, CT Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product., 20, EA; LI 003: RACK, MODULAR SQUARE STEEL FFP Modular Square Steel Rack MFG Excel Modular Scaffold and Leasing Corp Part Nr. SSR SALIENT CHARACTERISTICS Modular Square Steel Rack 44.25 inch Length x 44.25 inch Width x 32.25 inch Height, Galvanized Steel Weight 134 lbs, Maximum Weight Capacity 5,000 lbs. Must be compatible with all types of Excel Modular Scaffold material to include verticals, diagonals and irregular-shaped components. Must hold 125 20-cup verticals or equal number of small verticals pinned together, When shipping square racks must have (2) pieces of banding placed around base of rack and carried items, Rack must have casteres that can be placed on the bottom to allow rack to be moved without a forklift. To include shipping, delivery FOB Destination to Groton, CT Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product., 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, FLC Norfolk - Groton 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. 1. Vendors must quote ALL line items or you will be automatically disqualified as technically unacceptable. This will be awarded on the lowest price technically acceptable for the whole dollar value. 2. All questions must be directed through the Reverse Auction Website, any questions outside of the Reverse Auction platform will not be answered. Do not send questions directly to buyers email. 3. Sellers must upload all technical criteria, lead time, and attachments with bid otherwise you may be automatically disqualified for not providing mandatory attachments. Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes/No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. 4. The Vendor shall complete, sign, and attach FAR 52.203-18 Prohibition on Contracting with Entities that Required Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017). 5. The Vendor shall complete, sign and attach FAR 52.209-11 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under Any Federal Law (Feb 2016). 6. The vendor shall complete, sign, and attach FAR 52.225-18 Place of Manufacture (Mar 2015). 7. The Vendor shall complete, sign, and attach DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2004). Do not leave Blank or state FTA Compliant. If no place of manufacture is filled out on DFARS 252.225-7000 the bid will be evaluated as it is a foreign non qualifying country per DFARS 225.502 (c) (i) (E). EVALUATION Award of the purchase order resulting from this Auction will be made to the responsible Vendor whose bid is the lowest price technically acceptable and in full compliance with all other requirements set forth in this Auction will be awarded the Purchase Order. The Government reserves the right to judge which submissions show the required capability. The NAICS code is 332323 and the Small Business Standard is UNRESTRICTED. 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 2005-60 and DFARS Change Notice 20120724. 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 FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders —Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers w/ Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer ™s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer ™s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acquisition.gov/far/ THE FOLLOWING NAVSUP LOCAL TEXT IS HEREBY MADE PART OF THE STATEMENT OF WORK/PERFORMANCE WORK STATEMENT. NAVSUP Fleet Logistics Center Norfolk, Groton Contracting Office may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government's AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non-Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (AbilityOne contact information available from the contracting point of contact). The support contractor must provide copies of the executed agreements to the Contracting Officer and the Contracting Officer's Representative (COR) for the support contract; and the offeror/contractor for this acquisition must provide copies of the executed Agreement to the Contracting Officer for this acquisition. If the offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP Fleet Logistics Center Norfolk, Groton Contracting Office contract. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) PLACE OF MANUFACTURE (MAR 2015) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 Security Requirements AUG 1996 System for Award Management OCT 2016 System for Award Management Maintenance OCT 2016 Commercial and Government Entity Code Reporting JUL 2016 Commercial and Government Entity Code Maintenance JUL 2016 Brand Name or Equal AUG 1999 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 Protest After Award AUG 1996 Requirement to Inform Employees of Whistleblower Rights SEP 2013 Oral Attestation of Security Responsibilities NOV 2001 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 Use of Government-Assigned Serial Numbers SEP 2010 Prohibition of Hexavalent Chromium JUN 2013 Export-Controlled Items JUN 2013 Subcontracts for Commercial Items JUN 2013 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JAN 2017) SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018918QG207/listing.html)
- Place of Performance
- Address: Groton, CT 06340
- Zip Code: 06340
- Zip Code: 06340
- Record
- SN05016608-W 20180803/180801231806-ebcb5ff928353a0e9d39282d8c41b9c5 (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 |