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 R231467165S299 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 335221 with a small business size standard of 750.00 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 2017-07-21 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be PEARL HARBOR, HI 96860
The FLC - Pearl Harbor requires the following items, Brand Name Only (Exact Match), to the following:
LI 001: POWER UNLOADER, INSINGER MODEL NO. POWER UNLOADER. FOR CONVEYOR MACHINES, STAINLESS STEL CONSTRUCTION, 1, EA;
LI 002: FOB DESTINATION, 1, LT;
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 - Pearl Harbor 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 - Pearl Harbor 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.
Equipment Condition: New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments allowed: No partial shipments are permitted unless specifically authorized at the time of award.
Offer period: Bid MUST be good for 30 calendar days after close of Buy.
FAR Site: The full text of the referenced FAR clauses/provisions may be accessed electronically at https://www.acquisition.gov/?q=browsefar
DFARS Site: The full text of the referenced DFARS clauses/provisions may be accessed electronically at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/
SAM Registration: All offerors are required to have an active registration in System for Award Management (SAM) to respond to federal solicitations. To register in SAM, please go to https://www.sam.gov/. Any active or inactive exclusions in SAM may preclude an award being made to your company.
52.204-7: System for Award Management
52.204-13: SAM Maintenance
52.209-6: Protecting the Governmentââ¬â¢s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.212-1: Instructions to Offerors -- Commercial Items
52.212-3 & Alt I: Offeror Representations and Certifications -- Commercial Items
52.212-4: Contract Terms and Conditions--Commercial Items
52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items
52.219-27: Notice of Total SDVOSB Set Aside
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
52.222-50: Combating Trafficking in Persons
52.223-13 & Alt I: Acquisition of EPEATî Registered Imaging Equipment - Alternative I
52.223-16 & Alt I: Acquisition of EPEATî Registered Personal Computer Products - Alternative I
52.223-18: Encouraging Contractor Policies to Ban Text Messaging while Driving
52.225-13: Restriction on Certain Foreign Purchases
52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs
52.232-18: Availability of Funds
52.232-33: Payment by Electronic Funds Transfer - SAM
52.232-36: Payment by Third Party
52.232-39: Unenforceability of Unauthorized Obligations
52.232-40: Providing Accelerated Payments to Small Business Subcontractors
52.247-34: FOB Destination
52.252-1: Solicitation Provisions Incorporated by Reference
52.252-2: Clauses Incorporated by Reference
252.203-7000: Requirements Relating to Compensation of Former DOD Officials
252.203-7002: Requirement to Inform Employees of Whistleblower Rights
252.203-7005: Representation Relating to Compensation of Former DoD Officials
252.204-7003: Control of Government Personnel Work Product
252.204-7004 Alt A: System for Award Management
252.204-7011: Alternative Line Item Structure
252.204-7012: Safeguarding of Unclassified Controlled Technical Information
252.204-7015: Disclosure of Information to Litigation Support Contractors
252.209-7992: Representation by Corporations Regarding an Unpaid Delinquent Tax Liabilityââ¬Â¦Fiscal Year 2015 Appropriations (Dev 2015 OO0005)
252.211-7003 : Item Unique Identification and Valuation
252.223-7006: Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
252.223-7008: Prohibition of Hexavalent Chromium
252.225-7001: Buy American Act & Balance of Payments Program
252.225-7002: Qualifying Country Sources as Subcontractors
252.225-7048: Export- Controlled Items
252.232-7003: Electronic Submission of Payment Requests and Receiving Reports
252.232-7006: Wide Area Workflow Payment Instructions
252.232-7010: Levies on Contract Payments
252.239-7017: Notice of Supply Chain Risk
252.239-7018: Supply Chain Risk
252.244-7000: Subcontracts for Commercial Items
252.247-7023: Transportation of Supplies by Sea
52.203-18: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation
52.203-19: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements
52.204-16 Commercial and Government Entity Code Reporting
52.204-18: CAGE Maintenance
252.204-7008: Compliance with Safeguarding Covered Defense Information controls
252.225-7000 Buy American Act-Balance of Payments Program Certificate
Bid Protests Not Available