Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2005 FBO #1270
MODIFICATION

71 -- The purpose of this amendment is to restrict the set aside to certified Hub Zone business only, change bid schedule to reflect additional contract line item for Manpower Reporting, and extend the bid opening to May 24, 2005 2:00P.M.EST.

Notice Date
5/17/2005
 
Notice Type
Modification
 
NAICS
423210 — Furniture Merchant Wholesalers
 
Contracting Office
ACA, Fort Dix, Directorate of Contracting, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-6150
 
Solicitation Number
W911S1-05-B-0021
 
Response Due
5/24/2005
 
Archive Date
7/23/2005
 
Point of Contact
Karen Umstot, 609-562-6937
 
E-Mail Address
ACA, Fort Dix
(karen.umstot@dix.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
1. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bid s are being requested and a written solicitation will not be issued. 2. Invitation for Bid Number W911S1-05-B-0021. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. 4. This procurement is being solicited as a total HUBZone Set Aside, NAICS 423210 with a size standard of 500 employees. 5. Contractor shall provide all labor, material, equipment, transportation, and supervision to provide and install 600 each dormitory style bunk beds and mattresses and remove and dispose 600 each existing assorted bunk beds and mattresses. Delivery for l ine items #0001-#0007 shall be within thirty days from date of award. Delivery for line items #0008-#0014 shall be within thirty days from date Option exercised. Option to be exercised at the discretion of the Government. Period of performance is date of a ward thru 30 Sept 2005. Place of performance, building # 5912 and #5913, Fort Dix, NJ. 6. You must complete the following bid schedule: BID SCHEDULE Line Item Description Quantity, Unit of issue Unit Price Total 0001 Twin Bed, Bunkable, Natural Light Oak Finish, Solid Oak, Outside dimensions are 85 inches X 36 inches. Inside dimensions are 80 inches X 34 inches. Beds consist of headboard, footboard, and spring assembly (36 inches X 80 inches). The Government as n eeded must construct beds to accommodate assembly and disassembly. In order for beds to be interchanged with existing Government owned beds, any bed offered in response to the Invitation for Bid (IFB) must be capable of being used (bunked) with Adden model RM07 bunk bed. 600 each ________ ________ 0002 Mattress Inner Spring, Polyester cover, compatible with CLIN #0001 80 D x 36 W 600 each ________ ________ 0003 Installation and setup, Fort Dix, NJ 08640 Line items 0001 and 0002 600 each ________ _________ 0004 Removal and complete disposal, assorted bunk beds and mattresses 600 each ________ _________ 0005 Shipping and Freight Line item 0001 1 lump sum ________ _________ 0006 Shipping and Freight Line item 0002 1 lump sum ________ _________ 0007 Contractor Manpower Reporting See Notes. Amendment #0003. 1 Lump Sum ________ __________ OPTION 0008 Twin Bed, Bunkable, Natural Light Oak Finish, Solid Oak, Outside dimensions are 85 inches X 36 inches. Inside dimensions are 80 inches X 34 inches. Beds consist of headboard, footboard, and spring assembly (36 inches X 80 inches). The Government as n eeded must construct beds to accommodate assembly and disassembly. In order for beds to be interchanged with existing Government owned beds, any bed offered in response to the Invitation for Bid (IFB) must be capable of being used (bunked) with Adden model RM07 bunk bed. 600 each ________ ________ 0009 Mattress Inner Spring, Polyester cover, compatible with CLIN #0008 polyester cover 80 D x 36 W 600 each ________ ________ 0010 Installation and setup, Fort Dix, NJ 08640 Line items 0008 and 0009 600 each ________ _________ 0011 Removal and complete disposal, assorted bunk beds and mattresses 600 each ________ _________ 0012 Shipping and Freight Line item 0008 1 lump sum ________ _________ 0013 Shipping and Freight Line item 0009 1 lump sum ________ _________ 0014 Contractor Manpower Reporting See Notes Amendment#0003. 1 Lump Sum ________ __________ 7. Provision 52.212-1, Instructions to Bidders  Commercial, applies to this IFB including Addendum 1, which states the following: a. Paragraphs (D), (E), (H), and (I) are hereby deleted from the abo ve referenced provisions. 8. All bidders must complete and include a copy of Provision 52.212-3, Bidder Representations and Certifications  Commercial Items, with the bid. 9. Additional provisions apply: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, 52.209-5 Certification regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters, 52.211-6 Bran d Name or Equal, 52.214-3 Amendments to Invitations for Bids, 52.214-4 False Statements in Bids, 52.214-5 Submission of Bids, 52.214-6 Explanation to Prospective Bidders, 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids, 52.214-10 Contract Award-Sealed Bidding, 52.214-12 Preparation of Bids, 52.214-15 Period for Acceptance of Bids, 52.217-5 Evaluation of Options, 52.219-2 Equal Low Bids, ACA provision AI 52.233-9000 Army Contracting Agency Executive Level Agency Protest Program. (APR 2004) (Available upon request) 10. Clause 52.212-4, Contract Terms and Conditions  Commercial Items, applies to this IFB, including addendum 1 which states the following: Far Clause 52.212-4, Contract Terms and Conditions  Commercial Items, is modified as follows: Delete paragraphs (h) Patent indemnity) and (j) Risk of loss 11. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, applies to this IFB along with the following additional FAR clauses cited in the clause: 52.233-3,52.233-4, 52.219-3, 52.219-8, 52. 222-3, 52.222-19, 52.222-21,52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.232-36. 12. The following clauses apply to this IFB: a. FAR 52.201-1, Definitions b. FAR 52.203-3, Gratuities c. FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper. d. FAR 52.204-7 Alternate A, Central Contractor Registration e. FAR 52.209-6 protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. f. FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item g. FAR 52.228-5, Insurance  Work on a Government Installation h. Fort Dix Local, Required Insurance (Must be reviewed prior to submitting a bid) i. DFAR 252.204-7004, Required Central Contractor Registration j. DFAR 252.212-7000, Offeror Representations and Certifications  Commercial Items - All bidders must complete and include a copy of this provision with the bid. k. DFAR 252.212-7001, Contract terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including the additional clauses: DFAR 252.225-7001 Buy American Act and Balance of Payment Prog ram, DFAR 252.232-7003, DFAR 252.243-7002, DFAR 252.247-7023, DFAR 252-247-7024 l. Fort Dix Local , Security (Available upon request) m Fort Dix Local, Credit Card Acceptance (Available upon request) 13. Award will be made to that responsive, responsible bidder whose bid is low. 14. Bid opening is scheduled for 24 May 2005, 02:00PM EST. Mail your bid to Department of the Army, Army Reserve Contracting Center, 5418 South Scott Plaza, Fort Dix, NJ 08640-5097. The outside envelope shall indicate the solicitation number, closing da te and time. Due to restricted access to Fort Dix, contractors that will be hand carrying their bid are required to submit to the Contracting Officer a list of personnel planning to deliver the package and/or attend the bid opening by close of business 1 9 May 2005. Contractors must also furnish the approximate time of arrival and the gate they will utilize. Contractors are cautioned that there may be delays at the gates and should allow adequate time for entering the installation to ensure packages are r eceived prior to the time and date for receipt of bid . Failure for packages to be received timely may be cause for rejection of the entire bid . All individuals must have a picture ID and no substi tutions are authorized. Vehicles are also subject to search. 15. All questions shall be in writing and can be directed to Karen Umstot at the address in paragraph 14 above, or send your question via email to karen.umstot@dix.army.mil or fax to (609) 562-6933. 16. For more information on clauses and provisions and where they can be obtained, go to the following websites: www.arnet.gov/far or http://farsite.hill.af.mil. 17. All representations and certifications to include provision of Dun & Bradstreet number are to be returned with the bid. Dun and Bradstreet information can be found by calling (800)-333-0505. A contractor that is receiving an award resulting from this I FB MUST be registered in the Central Contract Registration (CCR) PRIOR to contract award. To register, offerors may log onto: www.ccr.gov or call (888)227-2423. a. Dun and Bradstreet #__________________________ b. CAGE(Commercial and Government Entity)Code___________________ 18. Manpower Reporting 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 manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address : https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Offi cers, Contracting Officers 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 contrac tor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Servic e Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection costs; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requi ring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform work (specified by zip code in the United States and nearest city, country, when in an overseas location, using the standardized nomenclature provided on the website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in thea ter this reporting period (per country. As part of this submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 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 filed on the website. The XML direct transfer is a f ormat for transferring filed from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded form the website. * Note: Information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABJ/DABJ15/W911S1-05-B-0021/listing.html)
 
Place of Performance
Address: ACA, Fort Dix Directorate of Contracting, 5418 South Scott Plaza Fort Dix NJ
Zip Code: 08640-5097
Country: US
 
Record
SN00809984-F 20050519/050517214020 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.