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 W91151-17-T-0061 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 314994 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 2017-02-23 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Hood, TX 76544
The MICC Fort Hood requires the following items, Brand Name or Equal, to the following:
LI 001: Fifty(50)FT.BAMBI BUCKET LONGLINES Kits:Designed with a 7:1 (minimum) safety factor. Each longline is proof-loaded to a load not exceeding its Working Load Limit, according to the Cordage Institute recommendations (CI 1401-06). FAA Order 8900.1, Volume 3, Chapter 51 Part 133 External Load Operations, Section 1, 3-4083. US DOI ARA No. 1406-08-80, Supplement B22.1. Ultra-high molecular weight polyethylene (UHMWPE) Dyneemaî fiber (12-strand braid construction) with urethane coating. Protective Jacket Heavy-duty textured nylon or urethane-coated fabric with heavy-duty zipper or sturdy hook-and-loop fastener. Hardware Heavy-duty Nylite spool and shackle assemblies and Heavy duty stainless steel fused thimbles, available with or without alloy pear-shaped ring, individually proof-tested by manufacturer., 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 Hood 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 Hood 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
[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 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
[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.
In responding to this request for quote, you must provide the manufacturer's
name and part numbers AND salient characteristics of the items you are
proposing to sell to the Government. Regardless of the terminology used in
each RFQ ("Brand Name or Equal", or "meet minimum stated specifications),
the information describing what you are offering must be physically written
into the seller's bid specification block. Salient characteristics are
defined as "pronounced features of an item that identify it describe its
size and composition, functional intent, and/or operational capabilities or
limits." When researching product capabilities, you must, as a minimum,
respond with feature for feature comparisons in order for your product to be
technically evaluated for sufficiency. Responses such as "bidding exact
match", "as specified", or cutting and pasting the Government's
specification information into the seller's bid specification block are not
acceptable responses. Offerors who respond in any of the three examples
directly above will be eliminated from the competition without consideration
of their offer. If you are bidding the same product as is being requested,
your seller bid specification should indicate: "Bidding on Manufacturer
(Insert Name) and Part Number (Insert Number). If you are bidding on an "or
equal" product, your seller bid specification must state: Bidding on
Manufacturer (Insert Name) and Part Number (Insert Number), containing the
following salient characteristics (insert salient characteristics). If your
response does not contain all of the required information called out in this
notice, your quote will be determined nonresponsive and will not be
considered for award.
The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation.
The applicable NAICS code for this procurement is 314994_________
with the related size standard of _1000_________. The
NAICS code identified herein must appear in FAR 52.212-3 "Offeror
Representations and Certifications" in SAM and the vendor must be actively
registered in that NAICS prior to receipt of quote in order to receive an
award. Offeror are reminded that failure to comply ââ¬Åshall render their quote
as non-responsive.ââ¬ï¿½
Fedbid is a mechanism used by this office to solicit for common use
commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for
filing protests against the Government. Attempts to file protests through
Fedbid will not be considered legitimate as they do not conform to the
requirements in the Federal Acquisition Regulation (FAR). It is preferable
that disputes and protests be resolved as quickly as possible at the lowest
level possible before considering the more formal process described below.
The HQ, AMC-Level Protest Program is intended to encourage interested parties to
seek resolution of their concerns within AMC, as an Alternate Dispute
Resolution forum, rather than filing a protest with the Government
Accountability Office (GAO) or other external forum. Contract award or
performance is suspended during the protest to the same extent, and within
the same time periods, as if filed at the GAO. The AMC protest decision goal
is to resolve protests within 20 working days from filing. To be timely,
protests must be filed within the periods specified in FAR 33.10. If you
want to file a protest under the AMC-Level Protest Program, the protest must
request resolution under that program and be sent to the address below. All
other agency-level protests should be sent to the contracting officer for
resolution. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail:
[email protected]. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command
Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA
22060-5527. The AMC-Level Protest procedures are found at:
http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not
available, contact the HQ, AMC to obtain the AMC-Level Protest procedures.
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 52.212-2, Evaluation- Commercial Items; 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/.
The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities.
Company must be registered on System for Award Management
(SAM) prior to receipt of quote in order to receive an award. Offeror are
reminded that failure to comply ââ¬Åshall render their quote as
non-responsive.ââ¬ï¿½ If company is not registered in SAM, they may do so by
going to SAM web site at www.sam.gov.
Proposed responders must submit any questions concerning this solicitation before (date), (time), to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered.
New equipment ONLY, NO remanufactured products
FOB Destination CONUS (CONtinental U.S.)
Bid MUST be good for 90 days, after submission. No partial bids will be accepted.
(a) If an item in this solicitation is identified as ââ¬Åbrand name or equal,ââ¬ï¿½ the purchase description reflects the characteristics and level of quality that will satisfy the Governmentââ¬â¢s needs. The salient physical, functional, or performance characteristics that ââ¬Åequalââ¬ï¿½ products must meet are specified in the solicitation.
(b) To be considered for award, offers of ââ¬Åequalââ¬ï¿½ products, including ââ¬Åequalââ¬ï¿½ products of the brand name manufacturer, mustââ¬â
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item byââ¬â
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification.
(c) The Contracting Officer will evaluate ââ¬Åequalââ¬ï¿½ products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an ââ¬Åequalââ¬ï¿½ product, the offeror shall provide the brand name product referenced in the solicitation.
Bid Protests Not Available