Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2008 FBO #2427
SOLICITATION NOTICE

61 -- Maintenance Service for 150k VA Exide Uninterruptible Power System

Notice Date
7/17/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, 5330 Valdez Circle, Dugway, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB81924010
 
Response Due
7/23/2008
 
Archive Date
1/19/2009
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number W909NB81924010. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 75218_02. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-07-23 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Dugway, UT 84022 The US ACA Dugway Proving Grounds requires the following items, Meet or Exceed, to the following: LI 001, NON-PERSONAL SERVICES CONTRACT (FIXED PRICE) FOR ONE-YEAR (12 MONTH) BASE PERIOD FOR PREVENTIVE AND EMERGENCY MAINTENANCE ON ONE (1) 150K VA EXIDE UNINTERRUPTIBLE POWER SYSTEM (UPS), MODEL #100, SERIAL #EN333ZBA02, TO INCLUDE THE FOLLOWING: MINUMUM OF TWO (2) PREVENTIVE MAINTENANCE VISITS, EMGERGENCY MAINTENANCE, ALL PARTS, LABOR, AND TRAVEL, ON THE UPS AND BATTERY SYSTEM. COVERAGE IS 24 HOURS A DAY, 7 DAYS A WEEK INCLUDING WEEKENDS AND HOLIDAYS. EMERGENCY ON-SITE RESPONSE TIME WILL BE 8 HOURS OR BETTER THROUGH A FIELD ENGINEER. THIS AGREEMENT DOES NOT INCLUDE BATTERY REPLACEMENT OR LABOR AND TRAVEL ASSOCIATED WITH BATTERY REPLACEMENT. PERIOD OF PERFORMANCE 28 JULY 2008 THROUGH 27 JULY 2009., 1, EA; LI 002, REPORTING ELEMENTS - BASE YEAR. PERSONNEL REPORTING REQUIREMENTS IN ACCORDANCE WITH FAR CLAUSE 52.204-4000, "MANPOWER DATA REPORTING ELEMENTS", LOCATED IN CLAUSE SECTION OF THIS REQUIREMENT., 1, EA; LI 003, 1ST OPTION YEAR PERIOD. SAME AS SPECIFICATIONS IN BASE YEAR. PERIOD OF PERFORMANCE 28 JULY 2009 THROUGH 27 JULY 2010., 1, EA; LI 004, REPORTING ELEMENTS - 1ST OPTION YEAR. PERSONNEL REPORTING REQUIREMENTS IN ACCORDANCE WITH FAR CLAUSE 52.204-4000, "MANPOWER DATA REPORTING ELEMENTS", LOCATED IN CLAUSE SECTION OF THIS REQUIREMENT., 1, EA; LI 005, 2ND OPTION YEAR PERIOD. SAME AS SPECIFICATIONS IN BASE YEAR. PERIOD OF PERFORMANCE 28 JULY 2010 THROUGH 27 JULY 2011., 1, EA; LI 006, REPORTING ELEMENTS - 2ND OPTION YEAR. PERSONNEL REPORTING REQUIREMENTS IN ACCORDANCE WITH FAR CLAUSE 52.204-4000, "MANPOWER DATA REPORTING ELEMENTS", LOCATED IN CLAUSE SECTION OF THIS REQUIREMENT., 1, EA; LI 007, 3RD OPTION YEAR PERIOD. SAME AS SPECIFICATIONS IN BASE YEAR. PERIOD OF PERFORMANCE 28 JULY 2011 THROUGH 27 JULY 2012., 1, EA; LI 008, REPORTING ELEMENTS - 3RD OPTION YEAR. PERSONNEL REPORTING REQUIREMENTS IN ACCORDANCE WITH FAR CLAUSE 52.204-4000, "MANPOWER DATA REPORTING ELEMENTS", LOCATED IN CLAUSE SECTION OF THIS REQUIREMENT., 1, EA; LI 009, 4TH OPTION YEAR PERIOD. SAME AS SPECIFICATIONS IN BASE YEAR. PERIOD OF PERFORMANCE 28 JULY 2012 THROUGH 27 JULY 2013., 1, EA; LI 010, REPORTING ELEMENTS - 4TH OPTION YEAR. PERSONNEL REPORTING REQUIREMENTS IN ACCORDANCE WITH FAR CLAUSE 52.204-4000, "MANPOWER DATA REPORTING ELEMENTS", LOCATED IN CLAUSE SECTION OF THIS REQUIREMENT., 1, EA; For this solicitation, US ACA Dugway Proving Grounds 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US ACA Dugway Proving Grounds is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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 New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card "A" numbers or social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a)January 1st(b)3rd Monday in January(c)3rd Monday in February(d)Last Monday in May(e)July 4th (f)1st Monday in September(g)2nd Monday in October(h)November 11th (i)4th Thursday in November(j)December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. Upon completion of service, the contractor shall furnish a service report to the Contracting Officers Representative listing date, model, serial number, location, service performed, hours spent, parts replaced and signed by an individual having knowledge of the service. Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractors responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. ACRONYM (MEANING): FAR (Federal Acquisition Regulation), DFARS (DoD FAR supplement), CLIN (Contract Line Item Number), SUB-CLIN or SLIN (Contract Subline Item Number), OSHA (Occupational Safety Health Act), FOB (Free-on-Board), PCO (Procuring Contracting Officer), CFR (Code of Federal Regulations), LSA (Labor Surplus Area), SF (Standard Form), DD/DOD (Department of Defense), NSP (Not Separately)Priced Specifically, the following clauses cited are applicable to this requirement 52.000-4148 SAFETY AND ACCIDENT PREVENTION; FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION, 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS; 52.212-4 CONTRACTOR TERMS AND CONDITIONS--COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2008); 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999); 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000); 52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE; 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION; 52.222-3 CONVICT LABOR; 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; 52.222-26 EQUAL OPPORTUNITY; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-48 EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT CERTIFICATION (NOV 2007); 52.222-50 COMBATING TRAFFICKING IN PERSONS (AUG 2007) (APPLIES TO ALL CONTRACTS); 52.225-13 RESTRICTIONON CERTAIN FOREIGN PURCHASES (FEB 2006) (E.O.s, PROCLAMATIONS, AND STATUTES ADMINISTERED BY THE OFFICE OF FOREIGN ASSETS CONTROL OF THE DEPARTMENT OF TREASURY); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION (OCT 2003) (31 U.S.C. 3332), 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS; 52.228-4001 INSURANCE REQUIREMENTS. Specifically, the following clauses cited are applicable to this requirement 252.204-7004 ALT A CENTRAL CONTRACTOR REGISTRATION (252.204-7) ALTERNATE A; 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECTUIVE ORDERS APPLICALBE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS; 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991); 252.227-7015 TECHNICAL DATA--COMMERCIAL ITEMS (NOV 1995); 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (SEP 1999); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2007); 252.247-7023 ALTERNATE III. IDENTIFICATION OF CONTRACTOR EMPLOYEES (a)All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractors company name and employees name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the companys discretion. No other items may be placed on the badge. (b)Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by contractor employee(s) to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officers Representative. (c)Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars. (d)All Contractor correspondence (written, facsimile, and email display) shall include their company name. (End of clause) DEPARTMENT OF ARMY PERSONNEL REPORTING SYSTEM (a)References: Secretary of the Army memorandum Accounting for Contract Services dated 7 Jan 2005. (b)Description: 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 personnel (including subcontractor personnel) required for the performance of this contract. (c)Delivery Instructions: The Contractor is required to completely fill in all of the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. (d)Preparation Instructions: 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 hours paid this reporting period (including sub-contractors); (7)Total payments (including sub-contractors); (8)Predominant Federal Service Code (FSC) reflecting the services provided by the 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; (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 locations, using standardized nomenclature provided on the website); (12)Presence of deployment of 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 with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30th 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 the Contractors systems to a secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. (End of clause) 52.242-4004 GOVERNMENT CONTRACTOR RELATIONSHIPS (a)The Government and the contractor understand and agree that the services to be delivered under this contract by the contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the contractor and/or between the Government and the contractors employees. It is therefore in the best interest of the Government to afford the parties a full and complete understanding of their respective obligations. (b)Contractor personnel under this contract shall not: (1)be placed in a position where they are appointed or employed by a Federal Officer, or are under the supervision, direction, or evaluation of a Federal Officer, Military or Civilian. (2)be placed in a staff or policy making position. (3)be placed in a position of command, supervision, administration of control over DA Military or Civilian Personnel, or personnel of other contractors, or become a part of the Government organization. (4)be used for the purpose of avoiding manpower ceilings or other personnel rules and regulations of DA or the Civil Service Commission. (5)be used in administration or supervision of military procurement activities. (c)Employee Relationship: (1)The services to be performed under this contract do not require the contractor or his employees to exercise personal judgment and discretion on behalf of the Government, but rather the contractors employees will act and exercise personal judgment and discretion on behalf of the contractor. (2)Rules, regulations, directions, and requirements which are issued by command authorities under their responsibility for good order, administration, and security are applicable to all personnel who enter the installation, or who travel on Government transportation. This stipulation is not to be construed or interpreted to establish any degree of Government control which is inconsistent with a non-personal services contract. (End of clause)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0ddd3ff4def2b20e29b90f862896d7c0&tab=core&_cview=1)
 
Place of Performance
Address: Dugway, UT 84022
Zip Code: 84022
 
Record
SN01616894-W 20080719/080717221841-0ddd3ff4def2b20e29b90f862896d7c0 (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.