Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2009 FBO #2877
SOLICITATION NOTICE

49 -- Portable Message Signs Maintenance

Notice Date
10/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MICC Center-Fort Bragg, Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
DESPMO9274N005
 
Response Due
10/15/2009
 
Archive Date
4/13/2010
 
Point of Contact
Name: Jennifer Nesbitt, Title: Contract Specialist, Phone: 910-643-7225, Fax: 910 396-5603
 
E-Mail Address
jennifer.nesbitt@us.army.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is DESPMO9274N005 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 FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.00M. 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 2009-10-15 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Warehouse, NC 28310 The USA ACA Ft. Bragg requires the following items, Brand Name or Equal, to the following: LI 001, Perform quarterly maintenance on nine (9) Portable Message Signs in accordance with the Performance Work Statement (PWS). Quarterly maintenance shall be conducted in the following months: October, January, April and July.POP 19-OCT-2009 TO 30-SEP-2010, 4, EA; LI 002, The contractor shall provide routine maintenance service as required not to exceed indicated quantity and in accordance with the PWS.POP 19-OCT-2009 TO 30-SEP-2010, 40, HRS; LI 003, The contractor shall provide emergency maintenance as required not to exceed indicated quantity and in accordance with the PWS.POP 19-OCT-2009 TO 30-SEP-2010, 40, HRS; LI 004, Portable Message Sign PartsParts as required not to exceed $21,000.00 and in accordance with the PWS.POP 19-OCT-2009 TO 30-SEP-2010, 21000, EA; LI 005, Contractor is required to enter all contract data into the Contractor Manpower Reporting (CMR) system in accordance with paragraph 1.8 of Performance Work Statement (PWS). Reporting period will be 31 October. Data must be accurate and complete and entered into CMR prior to 31 October. NOTE: If the reporting of Manpower equivalent is not separately priced, insert NSP in the blank shown.POP 19-OCT-2009 TO 30-SEP-2010, 1, EA; LI 006, 1001OPTIONQuarterly MaintenancePerform quarterly maintenance on nine (9) Portable Message Signs in accordance with the Performance Work Statement (PWS). Quarterly maintenance shall be conducted in the following months: October, January, April and July.POP 01-OCT-2010 TO 30-SEP-2011, 4, EA; LI 007, 1002OPTIONRoutine Maintenance ServiceThe contractor shall provide routine maintenance service as required not to exceed indicated quantity and in accordance with the PWS.POP 01-OCT-2010 TO 30-SEP-2011, 40, HRS; LI 008, 1003OPTIONEmergency MaintenanceThe contractor shall provide emergency maintenance as required not to exceed indicated quantity and in accordance with the PWS.POP 01-OCT-2010 TO 30-SEP-2011, 40, HRS; LI 009, 1004OPTIONPortable Message Sign PartsParts as required not to exceed $21,000.00 and in accordance with the PWS.POP 01-OCT-2010 TO 30-SEP-2011, 21000, EA; LI 010, 1005OPTIONContractor Manpower ReportingContractor is required to enter all contract data into the Contractor Manpower Reporting (CMR) system in accordance with paragraph 1.8 of Performance Work Statement (PWS). Reporting period will be 31 October. Data must be accurate and complete and entered into CMR prior to 31 October. NOTE: If the reporting of Manpower equivalent is not separately priced, insert NSP in the blank shown.POP 01-OCT-2010 TO 30-SEP-2011, 1, EA; LI 011, 2001OPTIONQuarterly MaintenancePerform quarterly maintenance on nine (9) Portable Message Signs in accordance with the Performance Work Statement (PWS). Quarterly maintenance shall be conducted in the following months: October, January, April and July.POP 01-OCT-2011 TO 30-SEP-2012, 4, EA; LI 012, 2002OPTIONRoutine MaintenanceThe contractor shall provide routine maintenance service as required not to exceed indicated quantity and in accordance with the PWS.POP 01-OCT-2011 TO 30-SEP-2012, 40, HRS; LI 013, 2003OPTIONEmergency MaintenanceThe contractor shall provide emergency maintenance as required not to exceed indicated quantity and in accordance with the PWS.POP 01-OCT-2011 TO 30-SEP-2012, 40, HRS; LI 014, 2004OPTIONPortable Message Sign PartsPortable Message Sign PartsParts as required not to exceed $21,000.00 and in accordance with the PWS.POP 01-OCT-2011 TO30-SEP-2012, 21000, EA; LI 015, 2005OPTIONContractor Manpower ReportingContractor is required to enter all contract data into the Contractor Manpower Reporting (CMR) system in accordance with paragraph 1.8 of Performance Work Statement (PWS). Reporting period will be 31 October. Data must be accurate and complete and entered into CMR prior to 31 October. NOTE: If the reporting of Manpower equivalent is not separately priced, insert NSP in the blank shown.POP 01-OCT-2011 TO 30-SEP-2012, 1, EA; LI 016, 3001OPTIONQuarterly MaintenancePerform quarterly maintenance on nine (9) Portable Message Signs in accordance with the Performance Work Statement (PWS). Quarterly maintenance shall be conducted in the following months: October, January, April and July.POP 01-OCT-2012 TO 30-SEP-2013, 4, EA; LI 017, 3002OPTIONRoutine MaintenanceThe contractor shall provide routine maintenance service as required not to exceed indicated quantity and in accordance with the PWS.POP 01-OCT-2012 TO 30-SEP-2013, 40, HRS; LI 018, 3003OPTIONEmergency MaintenanceThe contractor shall provide emergency maintenance as required not to exceed indicated quantity and in accordance with the PWS.POP 01-OCT-2012 TO 30-SEP-2013, 40, HRS; LI 019, 3004OPTIONPortable Message Sign PartsParts as required not to exceed $21,000.00 and in accordance with the PWS.POP 01-OCT-2012 TO 30-SEP-2013, 21000, EA; LI 020, 3005OPTIONContractor Manpower ReportingContractor is required to enter all contract data into the Contractor Manpower Reporting (CMR) system in accordance with paragraph 1.8 of Performance Work Statement (PWS). Reporting period will be 31 October. Data must be accurate and complete and entered into CMR prior to 31 October. NOTE: If the reporting of Manpower equivalent is not separately priced, insert NSP in the blank shown.POP 01-OCT-2012 TO 30-SEP-2013, 1, EA; LI 021, 4001OPTIONQuarterly MaintenancePerform quarterly maintenance on nine (9) Portable Message Signs in accordance with the Performance Work Statement (PWS). Quarterly maintenance shall be conducted in the following months: October, January, April and July.POP 01-OCT-2013 TO 30-SEP-2014, 4, EA; LI 022, 4002OPTIONRoutine MaintenanceThe contractor shall provide routine maintenance service as required not to exceed indicated quantity and in accordance with the PWS.POP 01-OCT-2013 TO 30-SEP-2014, 40, HRS; LI 023, 4003OPTIONEmergency MaintenanceThe contractor shall provide emergency maintenance as required not to exceed indicated quantity and in accordance with the PWS.POP 01-OCT-2013 TO 30-SEP-2014, 40, HRS; LI 024, 4004OPTIONPortable Message Sign PartsParts as required not to exceed $21,000.00 and in accordance with the PWS.POP 01-OCT-2013 TO 30-SEP-2014, 21000, EA; LI 025, 4005OPTIONContractor Manpower ReportingContractor is required to enter all contract data into the Contractor Manpower Reporting (CMR) system in accordance with paragraph 1.8 of Performance Work Statement (PWS). Reporting period will be 31 October. Data must be accurate and complete and entered into CMR prior to 31 October. NOTE: If the reporting of Manpower equivalent is not separately priced, insert NSP in the blank shown.POP 01-OCT-2013 TO 30-SEP-2014, 1, EA; For this solicitation, USA ACA Ft. Bragg 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. USA ACA Ft. Bragg 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 selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) If you have complaints about this procurement, it is preferable that you first attempt to resolve the concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns with AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting 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. Send protests (other than protests to the contracting officer) to:HQ Army Materiel CommandOffice of Command Counsel9301 Chapek Road, Room 2-1SE3401Fort Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875Packages sent to by Fed Ex or UPS should be addressed to:HQ Army Materiel CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFort Belvoir, VA 22060-5527The 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 AMC-Level Protest Procedures.(End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/88daa37aa9cd0e68b9c92f6c21eb65b3)
 
Place of Performance
Address: Warehouse, NC 28310
Zip Code: 28310-5000
 
Record
SN01982707-W 20091010/091008235404-88daa37aa9cd0e68b9c92f6c21eb65b3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.