Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOLICITATION NOTICE

S -- Porta Jons

Notice Date
8/1/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Myer Military Community, 101 Bloxon Street Suite 213A Bldg. 205, Fort Myer, VA 22211
 
ZIP Code
22211
 
Solicitation Number
W91QF7-08-T-0153
 
Response Due
8/5/2008
 
Archive Date
2/1/2009
 
Point of Contact
Name: Stacy Copeland, Title: Contract Specialist, Phone: 7036967111, Fax: 7036966585
 
E-Mail Address
stacy.r.copeland@us.army.mil;
 
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 W91QF7-08-T-0153 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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 562991 with a small business size standard of $6M. 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 2008-08-05 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACA Ft. Myer requires the following items, Meet or Exceed, to the following: LI 001, Rental of (75)seventy five,regular porta jons with hand sanitizers in them. All porta jons shall be "New or in Like New Condition" Porta jons shall be delivered to the Tri- Service parking lot at Ft Myer on Friday, 05-Sept.-08 NLT 0800 hrs. Contractor shall then coordinate with the Government Representative for the placement of the porta jons at different locations throughout Ft Myer. Contractor shall also place approx. 5 reg. porta jons at the Pentagon North Parking Lot. Names and phone numbers of Gov. Reps. shall be provided after award of contract. Contractor shall pick up all porta jons on Sunday, 07 Sept. 2008 by 1200 hrs., 75, EA; LI 002, Rental of(20)twenty handicapped porta jons with hand sanitizers in them. All porta jons shall be "New or in Like New Condition" Porta jons shall be delivered to the Tri-Service parking lot at Ft Myer on Friday, 05-Sept.08 NLT 0800hrs. Contractor shall then coordinate with the Government Representative for the placement of the porta jons at different locations throughout Ft Myer. Contractor shall also place approx. 1 handicapped porta jon at the Pentagon North parking Lot. Names and phone numbers of Gov. Reps. shall be provided after award of contract. Contractor shall pick up all porta jons on Sunday, 07 Sept. 2008 by 1200 hrs., 20, EA; LI 003, Contractor shall provide personnel with equipment, truck, etc. for checking and cleaning of any porta jons which may need serviced on the Event Day, Sat.,Sept 06,2008. Contractor shall provide additional hand sanitizers and toilet paper as required. Contractor shall be on site from 1200 hrs (12:00 pm) until 1700 hrs. (5:00 P.M.) the day of the event at Ft Myer.Contractor shall also make trips to the Pentagon, North Parking Lot to check and service approx. 6 porta jons located there., 1, EA; LI 004, Contractor shall pick up all porta jons from Ft. Myer and approx. 6 porta jons from the Pentagon North Parking Lot on Sunday, Sept.07,2008. All porta jons shall be picked up by 1200 hrs., 6, EA; For this solicitation, USA ACA Ft. Myer 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. Myer is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to stacy.r.copeland@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. 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. This procurement will be set-aside as small business woman owned.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a918dc13175d00e2e0d887d4c17d55a1&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN01629749-W 20080803/080801224107-a918dc13175d00e2e0d887d4c17d55a1 (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.