Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2012 FBO #3948
MODIFICATION

Z -- Ground Retractable Automobile Barrier and CatsClaw Maintenance

Notice Date
9/13/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Macomb St Bldg 1105 stack C, Ft Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
W9124712B0007
 
Response Due
9/18/2012
 
Archive Date
3/17/2013
 
Point of Contact
Name: michael schneider, Title: contract Specialist, Phone: 9104320435, Fax:
 
E-Mail Address
michael.j.schneider8.civ@mail.mil;
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
CANCELLATION 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 W9124712B0007 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 811310 with a small business size standard of $7.00M.This requirement is a [ Service-Disabled Veteran Owned ] 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 2012-09-18 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The MCC Bragg - MCO Bragg requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Option Year One Base Period GRABS Monthly / Annual Preventive Maintenance FFP The contractor shall furnish all labor, equipment, tools, transportation, supervision, and any other items necessary for maintenance, repair, and replacement of GRABS at Fort Bragg and Army-maintained facilities at Fort Bragg, North Carolina, in strict compliance with the PWS, all specifications, terms, conditions, clauses, and all other provisions contained herein. FOB: Destination Estimated POP: 1 October 2012 through 30 September 2013, 12, Monthly; LI 002, Option Year One Pope CatsClaw Quarterly Maintenance FFP The contractor shall furnish all labor, equipment, tools, transportation, supervision, and any other items necessary for maintenance, repair, and replacement of the CatsClaw at Pope AAF, North Carolina, QUARTERLY in strict compliance with the PWS, all specifications, terms, conditions, clauses, and all other provisions contained herein. FOB: Destination Estimated POP: 1 October 2012 through 30 September 2013 FOB: Destination Please provide quote per CLIN as directed in the attached solicitation., 4, Quarterly; LI 003, Option Year One ODC Cost Reimbursement COST The purpose of this CLIN is to reimburse the contractor for authorized material, part, and labor expenses incurred in the performance this requirement. FOB: Destination Estimated POP: 1 October 2012 through 30 September 2013 FOB: Destination Please provide quote per CLIN as directed in the attached solicitation, 1, Lump Sum; LI 004, Option Year One Contractor Manpower Report (CMR) FFP The contractor shall provide a Contractor Manpower Report in accordance with Section 7 of the Performance Work Statement. Reporting period will be the period of performance, not to exceed 12 months, ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Data must be accurate and complete and entered into CMR during the data gathering period of every year, or part of a year, for which the contract is in force. Estimated POP: 1 October 2012 through 30 September 2013 FOB: Destination Please provide quote per CLIN as directed in the attached solicitation, 1, Each; 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 Bragg - MCO 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. MCC Bragg - MCO 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. The following FAR clauses are incorporated by reference 52.202-1, Definitions; 52.203-3, Gratuities; 52.203-6, Restrictions On Subcontractor Sales To The Government; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors--Commercial Items; 52.216-4, Economic Price Adjustment-Labor and Material 52.219-6, Notice Of Total Small Business Set-Aside; 52.219-14, Limitations On Subcontracting 52.222-3, Convict Labor; 52.222-19, Child Labor -- Cooperation with Authorities and Remedies; 52.222-21, Prohibition Of Segregated Facilities; 52.222-24, Preaward On-Site Equal Opportunity Compliance Evaluation; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action For Workers With Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-38, Compliance With Veterans' Employment Reporting Requirements; 52.222-41, Service Contract Act Of 1965 52.222-38, Compliance With Veterans' Employment Reporting Requirements; 52.222-43, Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option); 52.222-50 Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification; 52.223-3, Hazardous Material Identification And Material Safety Data; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-6, Drug-Free Workplace; 52.223-10, Waste Reduction Program; 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.228-5, Insurance - Work On A Government Installation; 52.232-1, Payments; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-1, Disputes; 52.233-2, Service Of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation; 52.237-3, Continuity Of Services; 52.237-7, Indemnification and Medical Liability Insurance; 52.242-15, Stop-Work Order; 52.243-1, Changes--Fixed Price; 52.245-1, Government Property; 52.245-2 Government Property Installation Operation Services;52.246-1, Contractor Inspection Requirements; 52.246-2, Inspection Of Supplies--Fixed Price ; 52.253-1, Computer Generated Forms. Clauses incorporated in ful text Addendum to FAR Clause 52.212-4, Contract Terms and Conditions--Commerical Items; 52.212-5, Contract Terms and Conditions Required to Impliment Statuses or Executive orders--Commerical Items; 52.217-8, Option to Extend Srevices; 52.217-9, Option to extend the Term of the Contract; 52.219-28, Post Award Small Business Program Representation; 52.252-2 Clauses Incorporated by Reference. The full text of a FAR clause may be accessed in the attached Solicitation and/or electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable 252.201-7000, Contracting Officer's Representative; 252.204-7000, Disclosure Of Information; 252.204-7003, Control Of Government Personnel Work Product, 252.204-7004 Alt A, Central Contractor Registration Alternate A; 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country, DFAS 252.212-7001: 252.211-7003 Item Identification and Valuation (JUN 2005); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials, 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.225-7012,Preference For Certain Domestic Commodities, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing Of Contract Modifications, 252.243-7002, Requests for Equitable Adjustment; 252.246-7000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions. The following AFARS clauses are applicable and are incorporated by full text, 5152.209-4000 DOD Level I Antiterrorism (AT) Standards; 5152.233-4000, AMC-Level Protest Program (Nov 2008) 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 60 calendar days after submission Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f11e66a6b57b33635e4639aadc0d1362)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02881921-W 20120915/120914001635-f11e66a6b57b33635e4639aadc0d1362 (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.