Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2012 FBO #3897
MODIFICATION

23 -- Utility Flat Trailers in support of the Network Integration Evaluation (NIE) Project in White Sands Missile Range (WSMR), NM

Notice Date
7/24/2012
 
Notice Type
Modification/Amendment
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-12-T-0044
 
Response Due
7/25/2012
 
Archive Date
9/23/2012
 
Point of Contact
William Jensen, 407-208-3311
 
E-Mail Address
PEO STRI Acquisition Center
(william.r.jensen1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
------------------------------------------------------------------------------------ Amendment 0001 - Updated 24 July 2012 The purpose of this amendment is to: 1. Answer questions received as a result of the combined synopsis/solicitation release (Attachment 2). 2. Update delivery criteria required in the quotation response. This amendment does not change the requirements of this combined synopsis/solicitation other than those expressly stated above. The questions and Government response are provided herein as Attachment 2 and the updated delivery criteria required in the quotation response has been incorporated/updated below. All other documentation, released with this combined synopsis/solicitation on 18 July 2012, remains unchanged and in full effect. The closing date and time of this combined synopsis/solicitation remains unchanged. End of Amendment 0001 ------------------------------------------------------------------------------------ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, in combination with Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. W900KK-12-T-0044 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-58. FAC 05-58 May 18, 2012 The North America Industry Classification System (NAICS) code applicable to this procurement is 336214, Travel Trailer and Camper Manufacturing, size standard of 500 employees. Requirement: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) Project Manager Instrumentation, Targets & Threats Simulators (PM ITTS) Instrumentation Management Office (IMO) has a requirement to procure and deliver six (6) utility flat trailers in support of the Network Integration Evaluation (NIE) project at White Sands Missile Range (WSMR), NM. The utility flat trailers will be utilized for managing diverse types of equipment and are required to transport, efficiently, network equipment and system under test hardware to remote range locations this calendar year. Contract Type: This is a Firm Fixed Price (FFP) effort. Contract Line Item Number (CLIN) Structure: CLIN 0001: Utility Flat Trailers In accordance with the Statement of Work (SOW) herein as Attachment 1 Quantity: six (6) Unit: Each Unit Price:____________ Total Amount:_________ CLIN 0002: Delivery of all six Utility Flat Trailers Quantity: One (1) Unit: Lot Unit Price:____________ Total Amount:_________ Delivery Date: Not Later Than (NLT) 30 September 2012. FOB: Destination Ship To Address: Shipping and Receiving Bldg 1870 Aberdeen St WSMR, NM 88002 Applicable Clauses: The following provisions apply: FAR 52.212-1 Instructions to Offerors -Commercial Items. FAR 52.212-2 Evaluation - Commerical Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest price that meets the requirements in Solicitation W900KK-12-T-0044. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.212-3 - Offeror Representations and Certifications-Commercial Items. 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 applies to this acquisition. (A) - 1, 2 & 3. (B) - 4, 8, 10, 12, 16, 23, 26, 27, 28, 29, 31, 38, 39, 40ii, 42 and 48. 252.204-0001 - Line Item Specific: Single Funding (SEP 2009) The payment office shall make payment using the ACRN funding of the line item being billed. (End of clause) 252.232-7006 - Wide Area Workflow Payment Instructions (JUN 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov;and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ----------------------------------------------------------------------- (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. W900KK (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC TBD Issue By DoDAAC W900KK Admin DoDAAC TBD Inspect By DoDAAC W900KK Ship To Code W81C39 (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the system. Randi.Kahl@us.army.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. NameEmailPhoneJob Title Ms. Lisa C. ParkerLisa.C.Parker@us.army.mil (407) 380-4054Procuring Contracting Officer - View Only Mr. William JensenWilliam.R.Jensen1@us.army.mil (407) 208-3311Contract Specialist - View Only Ms. Randi KahlRandi.Kahl@us.army.mil (407) 384-5194Project Director -Inspector/Acceptor (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5152.246-5000 - Standard Commercial Warranty (PEO-STRI)(SEP 2006) (a) The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. (b) The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of _________ months. (Offeror is to insert number.) (End of Clause) The full text of a FAR and DFAR clause may be accessed electronically at: http://farsite.hill.af.mil/ Attachment: 1-SOW for the Procurement of Six Utility Trailers in support of the Network Integration Evaluation (NIE) Project at White Sands Missile Range (WSMR), NM. 2-Questions and Government Response Quotations are due by 2:00 PM EST, 25 July 2012, with up to five (5) pages of information in regards to the utility flat trailer proposed and how it meets the SOW (Attachment 1). PLEASE NOTE: If the Rhino lining application will not allow for a delivery date NLT 30 September 2012, the quotation shall address when delivery can be made to meet the requirements of this solicitation. To be considered timely, the electronic copy of your quotation shall be received by the Government NLT 2:00 PM, EST, on 25 July, 2012. The Government will confirm receipt of quote via electronic mail. PLEASE NOTE: The submission date and time of quotations remains unchanged. Questions regarding this solicitation shall be submitted, via electronic mail, to the Contract Specialist, Mr. William Jensen, at William.R.Jensen1@us.army.mil NLT 2:00 PM EST on 23 July 2012. The electronic mail shall include the solicitation number in the subject line. The Government does not anticipate that the closing date for receipt of offers will be extended. Point of contact(s) for this solicitation: The Contracting Officer and Contract Specialist are the sole points of contact for this solicitation. The Contracting Officer is Ms. Lisa C. Parker, (407) 380-4054 and the Contract Specialist is Mr. William Jensen, (407) 208-3311.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-T-0044/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02813627-W 20120726/120725000205-9f101db677fe20760ebf6996b10835c5 (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.