InvestorsHub Logo
Followers 36
Posts 1999
Boards Moderated 0
Alias Born 08/26/2014

Re: X-ray07 post# 19386

Friday, 01/12/2018 2:35:29 PM

Friday, January 12, 2018 2:35:29 PM

Post# of 46160
https://www.utahbids.us/utah-bids/bids-NBD00159511615521995.htm ;

Toggle 

All BidsBy CategoryBy LocationAdvanced Search

  All Government State & Local  Federal  Search Title Only 

Utah Bids > Bid Detail 

66--Glove Box 

Back Print 

Agency:Department of the ArmyLevel of Government:FederalCategory:66 - Instruments and Laboratory EquipmentOpps ID:NBD00159511615521995Posted Date:Jul 11, 2017Due Date:Jul 14, 2017Solicitation No:DPGCITTS170711aSource:https://www.fbo.gov/index?s=op... ;

Solicitation Number : 

DPGCITTS170711a 

Notice Type : 

Combined Synopsis/Solicitation 

Synopsis : 

Added: Jul 11, 2017 2:39 pm 

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 DPGCITTS170711a 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 334516 with a small business size standard of 500.00 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 2017-07-14 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Dugway, UT 84022  

The MICC End User requires the following items, Brand Name or Equal, to the following:  
LI 001: Custom Enclosure:  
Negative Pressure 304 SS enclosure with 8 coats (per manufacture for temperature range) Synavax Heat Shield Translucent Coating on exterior, 5/8a? radius corners, ~Internal dims of 70"Wx48"Dx 30"H w/ right side removable end and left side ~18"x18" HEPA filtered anti-chamber (w/ manually activated butterfly valve purge mechanism), exterior lights with cover and >750 lux at base, Thermial insulated glass panels with (4 each side) Customer requested Glove ports and gloves, Delrin Accessory/Services Panel, and (2x) 6a? sanitary fittings., 1, EA;  
LI 002: Custom Cart:  
Cart w/ Locking Casters,  
304 Stainless Steel, 2b finish or better, ground flush welded construction, stainless steel locking swivel casters, polyurethane wheels (70 shore-a hardness), 1, EA;  
LI 003: Crate Charge Triple Walled Cardboard, 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, MICC End User 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 End User 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.  
The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.  

The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions a Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.  

IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price.  

IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance  

Shipping is FOB Destination CONUS (CONtinental U.S.).  

New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.  

Submitted Quotes will be valid for 45 days after the auction closing.  

No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an Aall-or-nothingA basis.  

This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).  

IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically athttp://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. 

The associated North American Industrial Classification System (NAICS) code  
for this procurement can be found. The small business size  
standard for that NAICS code can be found athttps://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf ;

"AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative 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 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel Command  
Office of Command Counsel  
4400 Martin Road  
Rm: A6SE040.001  
Redstone Arsenal, AL 35898-5000  
Fax: (256) 450-8840  
Packages sent by FedEx or UPS should be addressed to:  
Headquarters U.S. Army Materiel Command  
Office of Command Counsel  
4400 Martin Road  
Rm: A6SE040.001  
Redstone Arsenal, AL 35898-5000  
Fax: (256) 450-8840 The AMC-Level Protest procedures are found at:http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. ; ;
If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures."  

"52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10,  
Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government  
Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006,  
Prohibition On Storage And Disposal Of Toxic And Hazardous Materials;  
252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material  
inspection and receiving report"  

Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.  

Wide Area WorkFlow Payment Instructions  

252.204-7012 Safeguarding of Unclassified Controlled Technical Information  

All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.  

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. 

Additional Info : 

www.fedbid.com (b-870244, n-218907) 

Contracting Office Address : 

4531 B Street, Dugway, UT 84022 

Place of Performance : 

Dugway, UT 84022  
84022  
US 

Point of Contact(s) : 

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com; 

TRY FOR FREE 

Not a USAOPPS Member Yet? 

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States. 

Start Free Trial Today > 

Home Browse By Location Contact Us Privacy PolicyTerms of Use BIDS Service by State

© 2016 Utah BIDS. All rights reserved.