Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
MODIFICATION

84 -- Navy Canvas Slip-On Shoes

Notice Date
8/10/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
801 I Street, N.W., DC, DC 20536
 
ZIP Code
20536
 
Solicitation Number
192118FAO00000152
 
Response Due
8/15/2018
 
Archive Date
2/11/2019
 
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
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 192118FAO00000152 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 316210 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 2018-08-15 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Los Fresnos, TX 78566 The DHS Immigration and Customs Enforcement (ICE) requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Heavy Weight Canvas Slip-On Shoes, Color: Navy, Size: 5, overall total product weight must be: 11ozs., heavy duty canvas upper, non-skid/non-marking rubber sole 528 pairs of Size 5 shoes shall be delivered per month for three (3) months. The total quantity required for CLIN 001 is 1,584 pairs., 1584, Pairs; LI 002: Heavy Weight Canvas Slip-On Shoes, Color: Navy, Size: 6, overall total product weight must be: 11ozs., heavy duty canvas upper, non-skid/non-marking rubber sole 480 pairs of Size 6 shoes shall be delivered per month for three (3) months.The total quantity required for CLIN 002 is 1,440 pairs., 1440, Pairs; LI 003: Heavy Weight Canvas Slip-On Shoes, Color: Navy, Size: 7, overall total product weight must be: 11ozs., heavy duty canvas upper, non-skid/non-marking rubber sole 1,068 pairs of Size 7 shoes shall be delivered per month for three (3) months. The total quantity required for CLIN 003 is 3,204 pairs., 3204, Pairs; LI 004: Heavy Weight Canvas Slip-On Shoes, Color: Navy, Size: 8, overall total product weight must be: 11ozs., heavy duty canvas upper, non-skid/non-marking rubber sole 1,128 pairs of Size 8 shoes shall be delivered per month for three (3) months. The total quantity required for CLIN 004 is 3,384 pairs., 3384, Pairs; LI 005: Heavy Weight Canvas Slip-On Shoes, Color: Navy, Size: 9, overall total product weight must be: 11ozs., heavy duty canvas upper, non-skid/non-marking rubber sole 1,068 pairs of Size 9 shoes shall be delivered per month for three (3) months. The total quantity required for CLIN 005 is 3,204 pairs., 3204, Pairs; LI 006: Heavy Weight Canvas Slip-On Shoes, Color: Navy, Size: 10, overall total product weight must be: 11ozs., heavy duty canvas upper, non-skid/non-marking rubber sole 720 pairs of Size 10 shoes shall be delivered per month for three (3) months. The total quantity required for CLIN 006 is 2,160 pairs., 2160, Pairs; LI 007: Heavy Weight Canvas Slip-On Shoes, Color: Navy, Size: 11, overall total product weight must be: 11ozs., heavy duty canvas upper, non-skid/non-marking rubber sole 240 pairs of Size 11 shoes shall be delivered per month for three (3) months. The total quantity required for CLIN 007 is 720 pairs., 720, Pairs; LI 008: Heavy Weight Canvas Slip-On Shoes, Color: Navy, Size: 12, overall total product weight must be: 11ozs., heavy duty canvas upper, non-skid/non-marking rubber sole 84 pairs of Size 12 shoes shall be delivered per month for three (3) months. The total quantity required for CLIN 008 is 252 pairs., 252, Pairs; LI 009: Heavy Weight Canvas Slip-On Shoes, Color: Navy, Size: 13, overall total product weight must be: 11ozs., heavy duty canvas upper, non-skid/non-marking rubber sole 26 pairs of Size 13 shoes shall be delivered per month for three (3) months. The total quantity required for CLIN 009 is 78 pairs., 78, Pairs; LI 010: The shipment must be palletized and wrapped. Prior to delivery, a 24 hour notification must be given to the POC. The delivery driver will be required to present a valid driver ™s license and proof of insurance. Please also note, no weapons will be allowed to enter the facility., 1, EA; LI 011: Invoicing: The Government is only paying the Vendors total bid price broken up into three months of delivery. To calculate your monthly invoicing payments take your total bid price and divide that total by three. For example, if a total bid price is $48,000.00, the Government will only pay $16,000.00 per month for 3 months. $48,000.00/3 months = $16,000.00 per invoice., 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, DHS Immigration and Customs Enforcement (ICE) 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. DHS Immigration and Customs Enforcement (ICE) 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. Delivery must be made within 30 days or less after receipt of order (ARO) unless otherwise noted in the buy. The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. 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, 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/. TO HAVE A BID CONSIDERED FOR AWARD FOR LOWEST PRICED TECHNICALLY ACCEPTABLE, FOR BRAND NAME OR EQUAL BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. 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) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Company must be registered in Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/ Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item ” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question ’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. 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. For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/ICE Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable) by the end date and time of this solicitation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/COW/192118FAO00000152/listing.html)
 
Place of Performance
Address: Los Fresnos, TX 78566
Zip Code: 78566
 
Record
SN05032243-W 20180812/180810231200-c5a0cc4e2826bd43846a08e3abb931a8 (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.