MODIFICATION
95 -- Security Wire Caging
- Notice Date
- 9/10/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- 1108 South R Street, Fort McCoy, WI 54656
- ZIP Code
- 54656
- Solicitation Number
- W911SA-12-T-0381
- Response Due
- 9/13/2012
- Archive Date
- 3/12/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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 W911SA-12-T-0381 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 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 331222 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 2012-09-13 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Camp Atterbury, IN 46249 The MCC Sam Houston - ICO McCoy requires the following items, Meet or Exceed, to the following: LI 001, Security Caging - Customer requires additional space to assist in the organization and storage of supplies within two buildings; the dimension of each building is approximately 65?W x 100? L. The requirement is for modification of current caging in both buildings, new wire security caging and pallet racking for both buildings 650 and 657 at Camp Atterbury; caging and pallet racking must be provided installed. Security Caging must meet the following requirements: -10 Gauge Heavy Duty Woven Wire -Standard Finish is Gray Acrylic Enamel -Utilizes the Heaviest Assembly Hardware in the Industry Additionally the vendor must execute the following tasks: Existing cage modification: -Modify four(4) existing cages (2 in building 650 and 2 in building 657) by installing a 12?6? divider wall at +/- 25?8? south of the office wall to the North inside the existing cage(highlighted in green on drawing); creating four cages per building from the existing two currently in each building -Four (4) 6' wide x 8' tall sliding doors with keyed cylinder lock per cage will be added to the existing cages; two in each building (annotated in blue on PPT Slide 2); to be installed approximately 27? from south wall Existing center wall modification: -Divider walls in each building will have one(1) 6' wide x 8' tall sliding doors with keyed cylinder denoted by #3 on PPT Slide 2 - New Installation -Install sixteen (16) new cages; eight (8) cages per building; four(4) cages on each side of the dividing wall; all cages should be identical in dimensions and a mirror image of the opposite cages - illustrated in PPT Slide 2 -All cages will be adjacent to each other and the divider wall with the sliding doors facing toward the exterior of the building either east or west -Each cage must have one (1) 6' wide x 8' high sliding door with keyed cylinder lock for a total of 20- 6?x8? sliding doors; 10 per building; the doors will butt to the south wall of each cage and slide north. -All caging must go from floor to ceiling +/- 6". All dimensions shown on the attached drawings and pictures are +/- 6? and the dimensions need to be verified with a site visit to be performed by the vendor. Specifications for the New Pallet Racking: -Each of the 16 new cages will have two (2) bays of pallet racking (32 bays total). -Each bay of pallet racking will meet the dimensions below: o12? H x 10? W x 4? Deep oThere must be three levels of racking at four foot increments; with first levels beginning at four feet; then eight feet and a final shelf at 12? feet. oThe racking will be four feet deep with the capability of storing standard 4?x4? wooden pallets. oEach shelf level to have wire mesh decking. The capacity will be no less than 4,320 lbs per shelf level. -All caging and pallet racking will be anchored to the floor. Additional Requirements The Vendor?s cost shall include local delivery/pick up costs, freight, and all preparation charges. To be delivered to: Camp Atterbury Edinburgh, IN 46124, 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, MCC Sam Houston - ICO McCoy 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. MCC Sam Houston - ICO McCoy 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 following RFQ and resulting Contract is subject to the following FAR/DFAR Provisions/Clauses 52.204-7, 52.211-6, 52.212-1, 52.212-3 (Alt I), 52.212-4, 52.252-1, 52.252-2, 52.212-5 - 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7008, 252.204-7004 (Alt A), 252.223-7008, 252.225-7002, 252.232-7010, 252.243-7001, 252.227-7000, 252.209-7999, 252.211-7003, 252.212-7000, 252.212-7001 - 252.203-7000, 252.225-7001, 252.232-7003, 252.247-7023 ALT III, 252.225-7000, 252.232-7003, 252.232-7006. Please visit http://farsite.hill.af.mil/ to view FAR/DFAR Provision/Clauses by full text. Seller must be registered with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov. NAICS Code and Size Standard: 331222, 1000 employees. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 90 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 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. (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 Officer?s 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) Small Business Set Aside NAICS Code and Size Standard: 331222, 1000 Employees. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. (a) 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. (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. 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/. (b) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (c) 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): Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (i) Inspection location: ?To be determined? (ii) Acceptance location: ?To be determined? (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. ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAACHQ0490 Issue By DoDAACW911SA Admin DoDAACW911SA Inspect By DoDAACW908AG Ship To CodeW908AG Ship From CodeTBD Accept By DoDAACW908AG (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. Inspector email address: TBD Acceptor email address: TBD (d) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: TBD (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988 Sellers offering equivalent products shall submit supporting documentation for each equivalent product offered.? Sellers should submit this documentation immediately following the submission of a bid.? However, all Sellers shall submit their documentation not later than one (1) hour following the closing date and time of the Buy.? Sellers can either attach this documentation to their bid using the Seller Attachments feature or send it to FedBid via email (Clientservices@fedbid.com) for transmission to the Buyer. ?FAILURE to provide the requested information within the specified time period may determine the Seller to be NON-RESPONSIVE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7f69a3cc66f8294759da6e4de7780dd3)
- Place of Performance
- Address: Camp Atterbury, IN 46249
- Zip Code: 46249
- Zip Code: 46249
- Record
- SN02875054-W 20120912/120910235916-7f69a3cc66f8294759da6e4de7780dd3 (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 |