Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2014 FBO #4527
SOLICITATION NOTICE

V -- NON-LOCAL FURNITURE MOVE

Notice Date
4/15/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1792 12T STREET, FORT RILEY, KS 66441
 
ZIP Code
66441
 
Solicitation Number
W911RX-14-T-FRFM_0001
 
Response Due
4/21/2014
 
Archive Date
10/18/2014
 
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
Total 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 W911RX-14-T-FRFM_0001 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 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 484210 with a small business size standard of $25.50M.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 2014-04-21 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The MICC Fort Riley requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Services include the following: The contractor shall provide all personnel, equipment, packing supplies, facilities,transportation, tools, materials, supervision, and all other items (non-personal services) necessary to perform the task as described within this Performance Work Statement (PWS). The furniture will be disassembled at Fort Riley, Kansas 66442 and reassembled in accordance with Fort Polk?s (Louisiana) direction at time of arrive to the designated buildings. All costs shall be covered by contractor. Please see Exhibit B:PWS, Exhibit A: PRS, Exhibit C and D:Wage Determinations, and Attachments (1,2,3,4, and Fort Riley's Buy Terms for complete details. Under NAICS 484210. Contract Performance shall be completed NLT 19 May 2014., 1, Job; LI 002: CONTRACTOR MANPOWER REPORTING (CMR) The contractor shall report ALL contractor manpower required for performance of this contract. See Contractor Manpower Reporting instructions in Section A. If needed, please refer to the CMR users guide at the website provided in Section A to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is completed before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year. Reporting for Oct 01, 2014 to September 30, 2015. Reporting due NLT October 31, 2015. See Exhibit A_PWS para 5.5, 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, MICC Fort Riley 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 Fort Riley 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. All of Fort Riley's buy terms apply to this solicitation. The following solicitation is a Request for Quote (RFQ)competed IAW FAR PART 13, Simplified Acquisition Procedures; FAR PART 12, Commercial Items; FAR PART 16.5,Indefinite-Delivery Contracts; FAR PART 37, Service Contracting; and FAR PART 47, Transportation. Quotes failing to met all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price purchase order will be awarded as a result of this solicitation. Please see FAR 13.004-Legal effect of quotations. Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the government to respond. Questions can be submitted by using the 'Submit a Question' button. Questions not received prior to 17 April 2014 NLT 11:00AM (CST) may not be considered. Far Clause 52.219-6 and 52.219-6 Alternate 1Notice of total Small Business Set Aside. Alternate 1 is applicable when the SBA wavied the non-manufacturer rule. See current Class Waivers at http://www.sba.gov/content/class-waivers. The Service Contract Act applies to the requirement. Contractor shall pay their employees at least the wages and fringe benefits found by the Department of Labor to prevail in the locality or, in the absence of a wage determination, the minimum wage set forth in the Fair Labor Standards Act. Please see Exhibit C_WD_Kansas and Exhibit D_WD_LOUISIANA under labor category 09040_Furniture Handler. If at anytime during this solicitation and/or performance of this contract the wage determination are revised, the soliciation or contract shall be modifed to include changes as required. This solicitation requires registration with the System for Award Management (SAM) to be eligible for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The applicable NAICS code for this procurement is 484210 with the related size standard of $25.5 dollars. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote as incomplete and ineligible for award. Bid MUST be good for 30 calendar days after close of Buy. DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports. I n 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 System for Award Management (SAM) at https://www.sam.gov. 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. Delivery and installment must be complete NLT 19 May 2014. Delivery must be made within the specified number of days after receipt of order (ARO). The Offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. The Government will award a firm fixed price 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: price, technical capability, past performance, and delivery of the item offered to meet the Government requirement. All evaluation factors other than price, when combined, are equally important as price (Lowest Price Technically Acceptable (LPTA)). The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Provisions: 52.204-7, 52.207-2, 52.212-1, 52.212-3, 52.222-22, 52.209-2, 52.223-18, 252.203-7005, 252.206-7000, 52.247-17, 52.247-6 Clauses: 52.204-10, 52.204-13, 52.204-99, 52.209-6, 52.209-10, 52.212-4, 52.212-5, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-50, 52.223-18, 52.225-13, 52.223-5, 52.252-2, 52.252-6, 52.232-23, 52.232-39, 52.233-3, 52.237-2, 52.237-11, 52.222-36, 52.209-6, 52.222-41, 52.222-42, 52.247-3, 52.247-5, 52.247-3, 52.247-11, 52.247-12, 52.247-13, 52.247-15, 52.247-14, 52.228-9, 52.247-26, 52.247-27, 52.247-21, 52.247-22, 52.247-23, 52.247-2, 52.242-17, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7000(when applicable), 252.204-7003, 252.204-7004 Alt A, 252.223-7008, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.232-7010, 252.243-7001, 252.244-7000, 252.225-7036 Alternate I, 252.247-7006, Under FAR Part 12, streamlined procedures for commercial acquisitions a debrief is not required. The government will not offer debriefs for this requirement. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests must be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the contracting officer for resolution. 2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/500adb758f7b2759e794bfa5c9eba6ee)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03339446-W 20140417/140415235309-500adb758f7b2759e794bfa5c9eba6ee (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.