Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

35 -- This is a combined synopsis/solicitation for the purchase of commercial items. Jacqueline Edgerton at jacqueline.edgerton@lewis.army.mil.

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-05-Q-0024
 
Response Due
9/22/2005
 
Archive Date
11/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the purchase of commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only so licitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-05-Q-0024 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2005-05 and DCN 20050901. This requirement is 100 PERCENT SMALL BUSINESS SET-ASIDE with a NAICS Code of 423490, and a size standard of 100 employees. The description of the commercial item is for Hazmat ID Command S ystem and reads as follows (minimum salient characteristics): CLIN 0001, Hazmat ID Command System, 4 packages each, Package Includes: 1. Pelican Hardened Shipping case. 2. Sealed data compartment - including USB Port, Ethernet port, Keyboard/Mouse port and Power connections. 3. Two Batteries - Chargeable in syst em or separately with external charger. 4. External Battery Charger. 5. USB Storage device - 16 MB Storage capacity. 6. USB CD-ROM for software and library upgrade or installation. 7. Laptop operating system - includes software and hardware requ ired to operate the HazMat ID system wirelessly. 8. Keyboard and Mouse to be used with HazMat ID system. 9. Provide One copy of QualID software (the QuaIlD software automatically compares the spectra to reference libraries and displays the results) for use on the laptop. 10. Standard 1 year Warranty. 11. On-site Training - One Day HazMat integration training held on-site at the customer's facility for up to 16 people. Training must be arranged and completed within 45 days after receipt of con tract. To Include: Free software upgrades. All parts and labor to repair system in the event of a malfunction. Free loaner (Delivered by Overnight Carrier) if system malfunctions. HazMat ID refresher course for 1 person per yr. at a 1 day regional tra ining class. Access to proprietary web site: 24 hours a day, 7 days a week access to PH.D. Chemists, engineers and application scientists for spectral interpretation assistance and/or technical support. Included Libraries: 000-0012 Nerve and Blister A gents. 000-0013 Toxic Industrial Chemicals. 000-0002 Common Chemicals. 000-0015 Explosives. 000-0016 Forensic Drugs. 000-0017 Common white Powders. 000-0018 Drug Precursors. 000-0069 Pesticide Active Ingredients Library. CLIN 0002, 2 Packages each, Aldrich-ICHEM Library Package (25,470 spectra) for Hazmat ID System. Contains 25,470 unique ATR-FTTR spectra. The data in this library encompasse a broad range of industries including plastics and polymers, chemicals and petro chemicals, semiconductors, food and beverage, forensics, hazardous materials, pesticides, solvents and pharmaceuticals. Delivery time shall be no later than September 30, 2005 to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. FOB point is destination. The selection resulting from this request for quotations will be made on the basis of the lowest priced, technically acceptable quote from a responsible quoter with acceptable or neutral past performance. Past performance will be evaluated using a Performance Questionnaire, which can be downloaded along with instructions a t http://www.lewis.army.mil/doc (select the Request for Quotes tab and the forms listed under this combined synopsis/solicitation number). Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Provision 52.212-1, Instructions to Offerors-Commercial Item s, applies to this acquisition. An addendum to this provision is applicable. Paragraphs (g) and (h) of FAR 52.212-1 are deleted. Local Fort Lewis clauses 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program, 52.111-4132, Ident ification of Contractors Employees  Fast Access Gate Program, and 52.111-4004, Electronic Commerce, apply to this acquisition. Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior n otice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor voluntarily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employees  Fast Acc ess Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on North Fort. Both gates are open Monday through Friday, excluding f ederal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays , and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day everyday. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor s hould anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concre te or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On w eekends large vehicles (needing greater than 12Feet-5 inch clearance) will require a time stamped searched label to gain access to North Fort Lewis. Searched, labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Le wis must inform the gate guard that their vehicle is over 12 feet-5inchs in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a searched label. The Contractor shall ensure that its d rivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation thr ough any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Acce ss Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, th e Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) I f the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracti ng Officer. Local clause 52.111-4132 states: a. Each employee who requires access to Fort Lewis to perform work under any contract, at any tier, must obtain either a fast access identification badge or a visitors pass to obtain access to Fort Lewis. A fast access identification badge will only be issued to an employee, at any tier, if the employee requires access to Fort Lewis more than twice per week. Contractor employees, at any tier, who require access to Fort Lewis twice per week or less often or who do not participate in the Fast Access Gate Program shall obtain a visitors pass at the Main (Liberty) Gate or the Logistics Center Gate (or the DuPont Gate when the Logistics Center Gate is closed). The visitors pass will be issued for a maximum of 30 days at a time. A fast access identification badge will only be issued to contractor employees if the contractor participates in the Fast Access Gate Program. The Fast Access Gate Program is a voluntary program. b. The contractor shall provide infor mation as required by the Fast Access Gate Program contractor (FAGPC), to enable the FAGPC to conduct a criminal history background check (CHBC) on contractor employees who are to have access to Fort Lewis. The contractor is responsible for paying the FAG PC any set-up fee and the fee per employee for conducting the CHBC and issuing the fast access identification card. If the CHBC is not adverse, a fast access identification badge will be issued by the FAGPC to the contractor employee. If the CHBC is adve rse, the FAGPC is prohibited from issuing a fast access identification badge to the contractor employee. If a fast access identification badge is denied for any reason, the contractor employee may only enter the installation by obtaining a visitors pass; however, if the contractor employee does not meet the criteria for being issued a fast access identification badge, the Government may, in its sole discretion, decide not to issue a visitors pass to the contractor employee. c. If an employee no longer needs an identification badge for any reason (e.g., quits his/her job or no longer performs work under the contract), the contractor shall return the identification badge to the FAGPC within two (2) calendar days of such change. If the identification badg e cannot be returned within the required time frame for any reason, the contractor shall immediately notify both the FAGPC and the Contracting Officer verbally, followed up in writing the next work day. An employees inability to obtain entrance to a Gove rnment installation because he/she does not have the required identification badge or visitors pass shall not excuse timely performance of the requirements of this contract. The FAGPC or the Government may change the location at which identification badg es are issued or returned, with or without advance notice to the contractor. Any such changes shall not be a basis for adjusting the contract price under any clause of this contract. d. Fast access identification badges shall not be reproduced or copied by the contractor, its subcontractors, or their employees. If an employees identification badge is lost, stolen, or reproduced, the contractor shall verbally report the loss, theft, or reproduction to both the FAGPC and the Contracting Officer on the da y such loss, theft, or reproduction is discovered, followed by a written report of the circumstances to both the FAGPC and the Contracting Officer within one (1) calendar day after the loss, theft, or reproduction is discovered. e. Each contractor employ ee shall wear the fast access identification badge while performing work under the contract. The identification badge shall be worn on the upper front of the o uter garment unless precluded by OSHA regulation(s). The identification badge shall not be used for access to any Government installation except for performance of work under the contract for which it was issued. f. The contractor shall, upon expiration or termination of the contract, collect all identification badges and turn them in to the FAGPC. The final invoice will not be considered proper for purposes of the Prompt Payment Act (FAR 52.232-25 or FAR 52.212-4(i)) until all identification badges have been accounted for. g. If the Fast Access Gate Program is terminated for any reason, the contractor will be notified by the Contracting Officer as to whether the fast access identification cards will remain valid (and, if so, for how long) and which gat e(s) may be used for access to the installation. Local clause 52.111-4004 states: In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail. Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations an d Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Imple ment Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52 .222-36, 52.222-37, 52.222-39, 52.225-13, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will e valuate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified i n the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. DFARS 252.212-7001, Contract Terms and Conditions Required t o Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002, 252. 247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil. Telephonic inquires will not be accepted. Quotes are due on, 22 September 2005 at 4:00:00 P.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Jacqueline Edgerton at jacqueline.edgerton@lewis.army.mil. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be available for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc. Federal Business Opportunities. Numbered note 1 (one) applies to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN00893978-W 20050915/050913212424 (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.