Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

54 -- Modify Spanners

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-07-R-SPANNERS
 
Response Due
9/12/2007
 
Archive Date
11/11/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. Fort Car son will be awarding a Firm Fixed Price Contract for a Contractor to Modify the Ends of Rail Car Bridge Spanners. The award is a 100% set-aside for small businesses. The North American Industrial Classification System (NAICS) code for this procurement is 332312 with a small business size standard of 500 employees. This solicitation will end on 12 September 2007 by 10:00 a.m. MDT. Proposals shall reference solicitation #W911RZ-07-R-SPANNERS and include pricing as follows: CLIN 0001 Modify Spanners (280) ea. and CLIN 0002 Contractor Manpower Requirement (CMR) (if there is a charge for this service). Please see below for information on CMR. A PACKET CONTAINING THE STATEMENT OF WORK, PHOTOS, AND WAGE DETERMINATION SHALL BE PROVIDED UPON REQUEST BY CONTACTING debra.santos3@us.army.mil OR IN PERSON AT FORT CARSON, DIRECTORATE OF CONTRACTING; 1676 EVANS STREET, BLDG 1220, 3RD FLOOR; FORT CARSON. REQUIRE ON-SITE VISIT SEPTEMBER 6, 2007 AT 9:00 a.m. MDT BY POTENTIAL VENDORS TO DETERMINE COST TO MODIFY THE ENDS OF RAIL CAR BRIDGE SPANNERS. POCs: MARTHA SCHAEFER, 719-526-1143 or JENNIFER DeGRAFF, 719-526-3367. ADDRESS: MOBILIZATION, BLOCKING, BR ACING AND TIE-DOWN WAREHOUSE; 5190 BARGER STREET, BLDG 520; FORT CARSON. THE PERIOD OF PERFORMANCE WILL BE FROM 28 SEPTEMBER 2007 THROUGH 31 DECEMBER 2007. CONTRACT WILL BE AWARDED APPROXIMATELY ON 14 SEPTEMBER 2007. BASIS OF AWARD Award shall be made to the Contractor offering the best value to the Government. Best value will be based on the Contractors certification that work will start no later than 28 September 2007, price and past performance factors. Past performance will be rated as positive, negative or neutral. CONTRACT 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 com pletely 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 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 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 contra ctor (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 respo nsible 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 oversea s 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 it s submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requ irement. 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 contractors system to the secure web site without the need for separate data entries for each required data element at the web site. The specifi c formats for the XML direct transfer may be downloaded from the web site. SPECIAL INSTRUCTIONS 1. ENDORSEMENT RESTRICTION: The contractor shall not represent in any manner, express or implied, that products being sold are approved or endorsed by any element of the U.S. Government. The contractor shall not represent itself to the public as an agent or employee of Fort Carson, the U.S. Army, or any other entity of the U.S. Government on letters, billboards, signs, or by other means. 2. OTHER RESTRICTIONS: The Contractor or its employees shall neither engage in nor permit the use or possession of any gambling device on the premises. Nor shall the contractor or its employees buy, sell, possess, or transfer any form of illegal drugs or other contraband. 3. REQUIRED Installation Regulations: The Contractor and his/her employees shall become acquainted with and obey all applicable Federal, State, local, and Government laws/regulations. a. Fire. The Contractor shall observe all applicable requirements for handling and storage of combustible supplies, materials, waste and trash. Contractor employees operating critical equipment shall be trained to properly respond during a fire alarm or fire in accordance with local installation instructions. b. Environmental Protection. The Contractor shall comply with all applicable federal, state, and local laws, and with the regulations and standards as requested by Fort Carson. The Contractor shall promptly report and clean up any fuel spills that result from the Contractor's operations. The Contractor shall comply with the instructions of the Fort Carson Preventive Medicine Office with respect to avoidance of conditions which create a nuisance or which may be hazardous to the health of military or civili an personnel. c. Safety Requirements and Reports (1) All work shall be conducted in a safe manner and shall comply with installation requirements. The Contractor is responsible for any/all safety equipment required. (2) The Contractor shall report to the Technical Representative exposure data and all accidents resulting in death, trauma, or occupational disease. All accidents must be reported immediately to the Technical Representative. (3) The Contractor shall submit to the Technical Representative a full report of damage to Government property and/or equipment by contractor employees. All damage reports shall be submitted within 24 hours of the occurrence. (4) Only emergency medical care, on a reimbursable basis, is available in Government facilities to Contractor employees who suffer on-the-job injury or disease. 4. Gate Control at Fort Carson. Fort Carson military installation is a controlled access installation. a. The Contractor must register with and obtain passes from the Provost Marshals Office in order to gain entrance for its equipment and personnel for performance of this agreement. The contractor shall obtain identification and vehicle passes for all cont ractor personnel who make frequent visits to or perform work on Fort Carson. To do so, the Contractor must first submit a list of employees (Microsoft Excel format preferred) to the Contracting Office. The Contracting Office will then provide the Contrac tor a letter of authorization for the registration process. When registering either a company or personal vehicle that will enter Fort Carson for performance of work on this agreement, the authorized contrac tor individual(s) must provide current, valid driver's license, vehicle registration and vehicle insurance certificate to obtain a vehicle pass. In the event that personnel are terminated or otherwise released or if registered vehicles are sold or otherwi se disposed of and no longer to be brought on Fort Carson for performance of work on this agreement, the contractor shall ensure all vehicle registration decals are physically removed from vehicle windshields, secured in a sealed envelope, and turned in to the Provost Marshalls Office. b. Unscheduled gate closures may occur at any time, and all personnel entering or exiting Fort Carson may experience a delay due to vehicle inspections, registrations, wearing of seat belts, etc. Price or schedule adjustments for compliance with security controls or delays resulting from gate closures will be allowed only in the event of exceptional circumstances. To obtain such an adjustment, the Contractor must establish that the control or delay was exceptional and unforeseeable and that the requested additional performance time or cost was a direct result of that delay. The following provisions and clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/. Provisions: 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation  Commercial Items), 52.212-3 (Offeror Representations and Certifications  Commercial Items), 52.217-5 (Evaluation of Options) Clauses: 52.204-9 (Personal Identity Verification of Contractor Personnel), 52.212-4 (Contract Terms and Conditions  Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders  Commercial Items), 52.222- 3 (Convict Labor), 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-41 (Service Contract Act), 52.222-42 (Equivalent Rate of Federal Hire), 52.222-43 (Fair Labor Standards Act),), 52.232-33 (Payment by Electronic Funds Transfer  Central Contractor Registration) or 52.232-36 (Payment by Third Party), 52.237-2 (Protection of Government Buildings, Equipment and Vegetation), 52.252-2 (Clauses Incorporated by Re ference), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders), 252.232-7003 (Electronic Submission of Payment Requests). Payment shall be made by electronic funds transfer via DFAS. Proposals shall include: 1. A cover letter signed by an individual authorized to bind the organization. 2. Indication that online representations and certifications have been completed via the following website https://orca.bpn.gov. 3. A complete pricing proposal for the period of performance (28 Sep 07  31 Dec 07) 4. Three past performance references, to include name, company name, telephone, period of performance and service provided. All questions must be submitted in writing to Debra Santos, Contract Specialist via e-mail: debra.santos3@us.army.mil by Monday, 10 September 2007, 8:00 a.m. MDT. Proposals must be submitted to Debra Santos via e-mail: debra.santos3@us.army.mil or fax: 719-526-5333, by Wednesday, 12 September 2007, 10:00 a.m. MDT.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01389320-W 20070831/070829221648 (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.