Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2013 FBO #4276
SOLICITATION NOTICE

66 -- Real Time Controller

Notice Date
8/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5330 Valdez Circle, Dugway, UT 84022
 
ZIP Code
84022
 
Solicitation Number
0010359066
 
Response Due
8/13/2013
 
Archive Date
2/9/2014
 
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
Service-Disabled Veteran-Owned Small Business
 
Description
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 0010359066 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 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500.00 employees.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 2013-08-13 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dugway, UT 84022 The MICC Dugway Proving Ground requires the following items, Brand Name or Equal, to the following: LI 001: CRIO-9022 real time contraller MFr Part # 780718-01 Include FOB Destination charges, 6, EA; LI 002: CRIO-9112 Chassis MFR Part # 780916-01 Include FOB Destination charges, 6, EA; LI 003: DIN rail Kit for Chassis MFR Part# 779018-01 Include FOB Destination charges, 6, EA; LI 004: PS-15 Power Supply MFR Part# 781093-01 Include FOB Destination charges, 6, EA; LI 005: NI 9217 RTD module, 4 channel MFR Part # 779596-01 Include FOB Destination charges, 8, EA; LI 006: NI 9203 Current input module, 8 channel MFR Part # 779516-01 Include FOB Destination charges, 8, EA; LI 007: NI 9265 Current output Module, 4 channel MFR Part# 779334-01 Include FOB Destination charges, 8, EA; LI 008: NI 9375 Digital output/input module 16 channel MFR Part# 779801-01 Include FOB Destination charges, 8, EA; LI 009: NI 9472 digital output module 8 channel MFR Part#779004-01 Include FOB Destination charges, 8, EA; LI 010: NI 9435 digital input module, 4 channel MFR Part# 779010-01 Include FOB Destination charges., 14, 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, MICC Dugway Proving Ground 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. MICC Dugway Proving Ground 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products. FOB Destination CONUS (CONtinental U.S.). No partial shipments unless otherwise specified. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. 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 ALT 1, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The Offeror shall comply with the following FAR clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-28, Post Award Small Business Program Rerepresentation (15 U.S.C. 632(a)(2)); 52.222-3, Convict labor (E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126); 52.222-26, Equal Opportunity (E.O. 11246);52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)).; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and 52.233-3, Protest After Award (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78).. The Offeror shall comply with the following DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Section 847 of Pub. L. 110-181); 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items (10 U.S.C. 2320); 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests (10 U.S.C. 2227); and 252-247-7023, ALT III, Transportation of Supplies by Sea (10 U.S.C. 2631). The Offeror shall comply with the following FAR/DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-7, Central Contractor Registration; 52.204-13, Central Contractor Registration Maintenance; 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.232-7010 Levies on Contract Payments; **OTHER CLAUSES AS DETERMINED APPLICABLE BY THE CONTRACTING OFFICER FOR THE SPECIFIC REQUIREMENT** U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a) January 1st (f) 1st Monday in September (b) 3rd Monday in January (g) 2nd Monday in October (c) 3rd Monday in February (h) November 11th (d) Last Monday in May (i) 4th Thursday in November (e) July 4th (j) December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. (a) References: Secretary of the Army memorandum ?Accounting for Contract Services? dated 7 Jan 2005. (b) Description: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL contractor personnel (including subcontractor personnel) required for the performance of this contract. (c) Delivery Instructions: The Contractor is required to completely fill in all of the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. (d) Preparation Instructions: The required information includes: (1) Contracting Office; Contracting Officer; Contracting Officer?s Technical Representative; (2) Contract Number; including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting the services provided by the contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas locations, using standardized nomenclature provided on the website); (12) Presence of deployment of contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30th of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from the Contractor?s systems to a secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. During performance of work on the installation, the Contractor shall conform to all safety rules and requirements issued by the Dugway Safety Office. The Contractor shall take all reasonable steps and precautions to prevent accidents, and preserve and protect personnel and property. Any violations of established safety and accident prevention rules and regulations may be grounds for termination of this contract. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor?s responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. Upon completion of service, the contractor shall furnish a service report to the Contracting Officer?s Representative listing date, model, serial number, location, service performed, hours spent, parts replaced and signed by an individual having knowledge of the service. (a) All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor?s company name and employee?s name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the company?s discretion. No other items may be placed on the badge. b) Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by ?contractor employee(s) to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officer?s Representative. (c) Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars. (d) All Contractor correspondence (written, facsimile, and email display) shall include their company name. Questions concerning this buy must be submitted at least 2 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0d45b5bc214a304933e5e634bb26997)
 
Place of Performance
Address: Dugway, UT 84022
Zip Code: 84022
 
Record
SN03140460-W 20130809/130807235724-d0d45b5bc214a304933e5e634bb26997 (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.