Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
MODIFICATION

89 -- RENTAL HOT/COLD WATER COOLERS

Notice Date
8/21/2007
 
Notice Type
Modification
 
Contracting Office
SFCA-NR/CDCC-MD, FORT MEADE, MD 20755
 
ZIP Code
20755
 
Solicitation Number
W23A7U70806200
 
Response Due
8/23/2007
 
Archive Date
2/19/2008
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W23A7U70806200 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 05-18. The associated North American Industrial Classification System (NAICS) code for this procurement is 312111 with a small business size standard of 500 employees. 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 2007-08-23 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Meade, MD 20755 The USA ACA Ft. Meade requires the following items, Meet or Exceed, to the following: LI 001, BASE YEAR. RENTAL OF HOT/COLD WATER COOLERS, CAPABLE OF HOLDING A 5 GALLON JUG OF SPRING WATER. FOR A 5 YEAR PERIOD. THERE WILL BE 11 COOLERS AT 11 SITES AT VARIOUS BUILDINGS AT FORT GEORGE G MEADE, MARYLAND. PERIOD OF PERFORMANCE OCTOBER 1, 2007 - SEPTEMBER 30,, 2008., 12, MONTHS; LI 002, BASE YEAR. THE CONTRACTOR SHALL DELIVER A FIVE (5) GALLON JUG OF SPRING WATER TO VARIOUS BUILDINGS AT FORT GEORGE G. MEADE, MARYLAND. A QUANTITY OF 12 BOTTLES OF SPRING WATER WILL BE DELIVERED TO 11 SITES. 132 BOTTLES TOTAL PER MONTH. PERIOD OF PERFORMANCE OCTOBER 1, 2007 - SEPTEMBER 30,, 2008., 12, MONTHS; LI 003, OPTION PERIOD 1 - RENTAL OF HOT/COLD WATER COOLERS, CAPABLE OF HOLDING A 5 GALLON JUG OF SPRING WATER. , 12, MONTHS; LI 004, OPTION PERIOD 1 - THE CONTRACTOR SHALL DELIVER A FIVE (5) GALLON JUG OF SPRING WATER TO VARIOUS BUILDINGS AT FORT GEORGE G. MEADE, MARYLAND. , 12, MONTHS; LI 005, OPTION PERIOD 2 - RENTAL OF HOT/COLD WATER COOLERS, CAPABLE OF HOLDING A 5 GALLON JUG OF SPRING WATER. , 12, MONTHS; LI 006, OPTION PERIOD 2 - THE CONTRACTOR SHALL DELIVER A FIVE (5) GALLON JUG OF SPRING WATER TO VARIOUS BUILDINGS AT FORT GEORGE G. MEADE, MARYLAND. , 12, MONTHS; LI 007, OPTION PERIOD 3 - RENTAL OF HOT/COLD WATER COOLERS, CAPABLE OF HOLDING A 5 GALLON JUG OF SPRING WATER. , 12, MONTHS; LI 008, OPTION PERIOD 3 - THE CONTRACTOR SHALL DELIVER A FIVE (5) GALLON JUG OF SPRING WATER TO VARIOUS BUILDINGS AT FORT GEORGE G. MEADE, MARYLAND. , 12, MONTHS; LI 009, OPTION PERIOD 4 - RENTAL OF HOT/COLD WATER COOLERS, CAPABLE OF HOLDING A 5 GALLON JUG OF SPRING WATER. , 12, MONTHS; LI 010, OPTION PERIOD 4 - THE CONTRACTOR SHALL DELIVER A FIVE (5) GALLON JUG OF SPRING WATER TO VARIOUS BUILDINGS AT FORT GEORGE G. MEADE, MARYLAND. , 12, MONTHS; For this solicitation, USA ACA Ft. Meade 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. USA ACA Ft. Meade is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, completed, 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments. 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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). 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. CONTRACTING MAN-HOUR REPORTING SERVICES "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 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 dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors; (8) Predominant Federal Service Code (FSC) reflecting services provided by 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 (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 sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or 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 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 fields on the website. The XML direct transfer is a format for transferring files from a contractor's 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 from the website." Award will be made to the responsible seller whose offer conforming to solicitation will be most advantageous to the buyer on the basis of price, technical capability, delivery and performance. OPTION YEAR PRICING WILL BE FOR EVALUATION PURPOSES ONLY.
 
Web Link
www.fedbid.com (b-46301_06, n-7383)
(http://www.fedbid.com)
 
Place of Performance
Address: Fort Meade, MD 20755
Zip Code: 20755-5800
Country: US
 
Record
SN01379771-W 20070823/070822070600 (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  © 1994-2020, Loren Data Corp.