Federal Bid

Last Updated on 01 Sep 2014 at 8 AM
Combined Synopsis/Solicitation
Camp pendleton California

35--Commercial Heavy Duty Frontload Washers

Solicitation ID M00681-14-T-0024
Posted Date 03 Mar 2014 at 5 PM
Archive Date 01 Sep 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usmc Fedbid
Agency Department Of Defense
Location Camp pendleton California United states 92055
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 M00681-14-T-0024 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 FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 335224 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 quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-03-05 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be MCB Camp Pendleton, CA 92055

The USMC - Camp Pendleton requires the following items, Brand Name or Equal, to the following:
LI 001: The government requires purchase of Commercial Heavy-Duty FRONTLOAD Washers (Qty 75). The item must be Brand Name or Equal to Speed Queen-Alliance Laundry Systems (manufacturer part # LTSA0). Items that are considered to be technically equal to this Brand Name will need to possess, at a minimum, the following salient characteristics: 1. Rear/ Manual Controls 2. Stainless Steel Washtub 3. Left-to-Right Opening/ Right-Hinged Load Door 4. Energy Star Qualified 5. UL Agency Approval 6. White Color 7. Powder Paint Top Finish 8. 120V/ 60Hz/ 1-15 Amp Electrical Specifications 9. Dimensions: 27? Maximum Width, 29? Maximum Depth 10. Warranty Coverage: - 3 Year (minimum) ? Any part of the washer - 5 Year (minimum) ? Washer transmission assembly, base and cabinet assembly (including top, lid, and door) against rust from inside out - Lifetime (minimum) ? Stainless Steel Washtub, 75, 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, USMC - Camp Pendleton 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. USMC - Camp Pendleton 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 [email protected]. 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 [email protected] 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.

System for Award Management

Contract Terms and Conditions- Commercial Items

F.O.B. Destination

Requirement to Inform Employees of Whistleblower Rights

Alt 1 Item Identification and Valuation

Levies on Contract Payments

Pricing of Contract Modifications

Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items

Notice of Total Small Business Aside

Post-Award Small Business Program Rerepresentation

Convict Labor

Child Labor---Cooperation with Authorities and Remedies.

Prohibition of Segregated Facilities

Equal Employment Opportunity

Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans

Affirmative Action for Workers With Disabilities

Energy Efficiency in Energy-Consuming Products

Encouraging Contractor Policies to BanText Messaging While Driving

Restrictions on Certain Foreign Purchases.

Payment by Electronic Funds Transfer - System for Award Management

Buy American Act?Supplies

Clauses Incorporated by Reference

Requirements Relating to Compensation of Former DoD Officials

Item Identification and Valuation

Prohibition of Hexavalent Chromium

Security Info/ Base Security Requirements

Brand Name or Equal

Instructions to Offerors- Commercial Items.

Service of Protest

Representation Relating to Compensation of Former DoD Officials

Evaluation-Commercial Items.

Offerors Representations and Certifications-Commercial Items.

Small Business Program Representations

Previous Contracts and Compliance Reports

Subject to Availability of Funds

The Government intends on issuing a purchase order/delivery order from the offer that represents the Lowest Price Technically Acceptable (LPTA). All offers will first be evaluated for price. The lowest priced offer will be evaluated for technical acceptability. If the lowest priced offer is technically acceptable, no further technical evaluation will occur. If the lowest priced offer is not technically acceptable, the second lowest priced offer will be evaluated for technical acceptability. This process will continue until the lowest priced, technically acceptable offer is found. The following factors shall be used to evaluate offers: adherence to the salient characteristics and delivery terms. Required delivery terms are 30 Days after receipt of order.

Wide Area Workflow Payment Instructions

Service of Protest

Place of Manufacture

Bid Protests Not Available

Similar Past Bids

Virginia Not Specified
Location Unknown 01 Mar 2011 at 5 PM
Denver Colorado 05 Feb 2016 at 8 PM
saint peters Missouri Not Specified

Similar Opportunities

No Similar Opportunities Found