Lead Acid Batteries
Material: Estimated 62,500 pounds of Lead Acid Batteries (sealed & vent top). The Buyer is invited to inspect the property prior to submitting a bid. Inspection period is by appointment only, May 21 -... Material: Estimated 62,500 pounds of Lead Acid Batteries (sealed & vent top). The Buyer is invited to inspect the property prior to submitting a bid. Inspection period is by appointment only, May 21 - 30, 2019, call Mr. Lonnie Davis Office: 904-682-4289 or Cell: 904-838-3431 to schedule an appointment. The Government reserves the right to vary the quantity tendered or delivered to the Purchaser by 10 percent; when the property is sold by weight. 1. INSTRUCTIONS: All bids must be submitted on Standard Form 114, Sales of Government Property - Bid and Award and must be received by the Bid Deadline, May 30, 2019 3:00pm EST. Bids may be mailed/emailed/hand delivered to: FLARNG-QRP Recycle Center ATTN: Mr. Lonnie Davis 5629 SR 16-W, Building 3782 Camp Blanding Joint Training Center, FL 32091 All bidders are urged to personally inspect the scrap materials offered for sale. 2. CONSIDERATION OF BIDS, MODIFICATIONS, OR WITHDRAWLS. The Government reserves the right to reject any or all bids. Award will be made to the highest responsive and responsible bidder. Bids will be evaluated against the predominant market value rate of the commodity being offered for sale. When two or more highest bids are equal in all respects, award shall be made by drawing, limited to the highest equal bids. The drawing shall be witnessed by at least two persons. By signing the bid, the buyer guarantees its bid price until material is removed. High Bid information will not be provided before award. For High Bid information after award, confirm credit of payment, or comments/recommendations, please call 904-682-4289 or email: lonnie.m.davis.nfg@mail.mil. The General Information and Instructions and General and Special Conditions of Sale are hereby incorporated by reference and become a part of this Invitation for Bids and any contract resulting from acceptance of bid submitted pursuant to this Invitation for Bids as fully as though such Instructions, Term and Conditions had been specifically set forth herein. The Instructions, Term and Conditions are contained in Standard Form 114C, Sale of Government Property General Sale Terms and Conditions, included in this invitation for bid. The following conditions also apply: a) Supplement to Sale of Government Property b) Article(s) 1, 2, and 3 (included) also apply in addition to SF 114C. 3. DANGEROUS PROPERTY CLAUSE. Buyers are cautioned that articles or substances of a dangerous nature may remain in the property regardless of the care exercised to remove same. The Government assumes no liability for damages to property of the purchaser or for personal injury, disability or death of the buyer, its employees, or to any other person arising from or affiliated with the purchase, use or dispositions of this material. The Buyer shall hold the Government harmless from any and all such demands, suits, actions, or claims arising from or otherwise relating to the purchase of this material. 4. DEPOSIT/PAYMENT. A bid deposit or 20% is required on this sale. (After Award of Contract). All payments, including those for storage charges, liquidated damages, and interest, must be in U. S. currency in the form of a certified check or money order, payable to the DEPARTMENT OF TREASURY. All payments must be addressed and mailed or delivered to: FLARNG-QRP Recycle Center ATTN: Mr. Lonnie Davis 5629 SR 16-W, Building 3782 Camp Blanding Joint Training Center, FL 32091 No property will be released to the purchaser or his duly authorized agent before full payment has been received by the Direct Sales Officer. The pre-payment submitted by the purchaser will be retained by the Government and applied against the last delivery affected under the contract. 5. LOCATION OF PROPERTY. Recycle Center, Building 3782, Camp Blanding Joint Training Center, Starke, FL 32091. Off State Road 16-W, take Main Gate Exit/Entrance to Camp Blanding. Proceed through gate, take immediate left onto Avenue B, go approximately 2 miles and take a left on Hollywood St, go to stop sign and take a right on Avenue C., go to 3rd street on right and building is on the corner of Avenue C and Ft Pierce St. All personnel entering Camp Blanding must have valid driver's license and proof of insurance. 6. SCHEDULED PICK UP. The successful bidder will be required to pick-up the commodity within fifteen (15) days of the date of award after making arrangements with FLARNG QRP for weigh-in and picking up the commodity between 8:00am - 3:00pm. 48 hour notice is required prior to inspection and/or removal of property 7. BILL OF LADING: Bill of Lading will be created at the time of pick up and will document the quantity, in pound, removed from the FLARNG QRP. The empty trailer will be weighed on scales located at the South Gate entrance to Camp Blanding and loaded trailer will be weighed at same location. Both the purchaser's and the QRP's representative's will be present and certify weight of vehicle. The weight ticket will be signed by both parties. A copy of the Bill of Lading will be retained by FLARNG QRP. 8. TRANSPORTATION. The Buyer shall provide trucks that are DOT approved. The vehicles shall possess control devise to prevent spillage. The Buyer shall comply with DOT containment requirements for transporting the materials, DOT vehicle and weight transportation requirements, and adhere to all applicable safety, fire, environment, and OSHA laws, rules and regulations. The Buyer is responsible for the cleanup of all spillage both on and off the installation. The Buyer agrees to provide transportation related to the pick-up and/or shipment of the recyclable materials at no charge to the Recycling Program and/or Government. 9. SECURING THE LOAD. Securing the load is the sole responsibility of the Buyer or his/her agent. The Buyer assumes total responsibility and liability of the material once they are in the Buyer's possession, and shall hold harmless and indemnify the Florida National Guard and FLARNG QRP and its contracting authority. 10. TERMINATION OF THE CONTRACT FOR DEFAULT. FLARNG QRP may terminate this agreement in whole or in part for failure of the successful bidder to perform any of its obligations under the contract. In such event, the successful bidder shall be liable for damages including the excess costs of re-procuring bids, or the loss to FLARNG QRP in procuring low bids. a. Upon default, successful bidder shall lose all rights, title, and interest in the property. If a successful bidder removed part of a commodity, but fails to remove the remainder within the time specified for removal, the contract will be terminated for default in part and the successful bidder will not be entitled to a refund of any portion of the price paid, including deposit, for said commodity. Successful bidders who are terminated for default may be referred/recommended for debarment from purchasing any FLARNG QRP commodities. 11. TERMINATION OF THE CONTRACT FOR CONVENIENCE. FLARNG QRP may terminate this agreement in whole or in part when it is in FLARNG QRP's best interest, by providing written notice of such termination to the successful bidder. In the event the contract is terminated for the Convenience of FLARNG QRP, the successful bidder's sole remedy will be a refund of any portion of the price paid for commodities not received. 12. DAMAGE TO GOVERNMENT PROPERTY. Any damage to government property during the successful bidder's removal operations is the responsibility of the successful bidder, if deemed by the Manager, FLARNG QRP that the successful bidder or his/her agent or employee was at fault, will be repaired at the successful bidder's expense, to its original state or reasonable facsimile thereof to the satisfaction of FLARNG QRP. 13. CONTRACT DISPUTES. All contract disputes will be resolved by the FLARNG QRP Manager. 14. BASE ACCESS, SAFETY AND LICENSING. The successful bidder agrees to provide vehicles and vehicle operators that are in current compliance with state and local vehicle safety and licensing requirements, and comply with Camp Blanding Joint Training Center policies. Article 1 GOVERNMENT'S RIGHT TO MAKE CONTINGENT AWARDS. In the event that more than one bid is received on any Listing under this Basic Agreement, the Government, at the discretion of the Sales Contracting Officer, if in the best interest of the Government, may award the item to one or more bidders, provided the bid prices are reasonable for the property listed. This provision will go into effect when the high bidder refuses to accept any or all of the property contained in an item awarded, fails to pay for and/or remove the property within the timeframe specified in the Listing, or otherwise fails to perform. The primary award will be made to the highest bidder; secondary awards would be made on a contingency basis to the next highest bidder. Article 2 CONDITION OF PROPERTY. All property is offered for sale "as is" and "where is". The Government makes no warranty, express or implied, as to quantity, kind, character, quality, weight, size, or description of any of the property, or its fitness for any use or purpose. No request for adjustment in price or for rescission of the sale will be considered. In the event the Property contains unsalable material or debris, the Company/Buyer/Bidder, will remove all these items and the costs of removal, separation and disposal will be borne by Company/Buyer/Bidder. No adjustments to the weight ticket will be made based on the presence of unsalable material or debris mixed with the Property. Article 3 DEFAULT/FAILURE TO PERFORM. If, after award, the Purchaser breaches the contract by failing to make payment within the time allowed by the contract as required by Condition No. 6 of Part 2, General Sales Terms and Conditions (Standard Form 114C), or by failing to remove the property as required by Condition No. 8 of Part 2, General Sales Terms and Conditions, the Purchaser will be considered in default and, without further notice lose all right, title, and interest in the property unless an extension is authorized by the Direct Sales Officer prior to the default date. It is not anticipated that such extension will exceed 3 working days. The granting of such extension is solely within the discretion of the Sales Contracting Officer. The Purchaser agrees that in the event he defaults, the Government may terminate the contract and retain (and/or collect) as liquidated damages a sum equal to greater of 20 percent of the contract price or $25.00. If the Purchaser otherwise fails in the performance of his obligations, the Government may exercise such rights and may pursue such remedies as are provided by law or under the contract. If the purchaser effects partial removal of any item awarded and fails to remove the remainder of the item within the specified time for removal, the purchaser shall be considered to be in default, and no portion of the purchase price will be refunded.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »