Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

58 -- Global Rapid Response Intelligence Package

Notice Date
8/13/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Riley, 7410 Apennines Drive, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
W55MKG82105065
 
Response Due
8/15/2008
 
Archive Date
2/11/2009
 
Point of Contact
Name: Stacey Swader, Title: Contract Specialist, Phone: 7852395847, Fax: 7852395740
 
E-Mail Address
stacey.swader@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 W55MKG82105065 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 334210 with a small business size standard of 1,000 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 2008-08-15 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Riley, KS 66442 The USA ACA Fort Riley requires the following items, Exact Match Only, to the following: LI 001, Global Rapid Response Intelligence Package (GRRIP) Swiftlink 2530: Communications kit capable of operating in a wired/wireless broadband internet environment or with commercial BGAN and VSAT systems. Support access to IP based terrestrial and satellite networks using VSAT and well as BGAN. Includes Explorer 500 BGAN antenna. The unit needs the ability to host secure and non secure IP telephony, such as video and data transmission and also request the IP services., 4, EA; For this solicitation, USA ACA Fort Riley 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 Fort Riley 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 stacey.swader@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. 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. Shipping and Handling must be provided in the CLIN per item. There is no separate shipping and handling CLIN. INSPECTION AND ACCEPTANCE: 1.Final inspection and acceptance of all goods, reports and other deliverables under this contract shall be performed by the requiring activity. Approval, if required, shall be performed only by the Contracting Officer. 2.Acceptance shall be in compliance with the requirements set forth in the basic contract and this task order. Government shall have 14 days to accept or reject the Contractors work product. Rejected product shall be corrected to acceptable level in accordance with the applicable clauses and requirements set forth in the basic contract or this task order. Where correction does not satisfy Governments need, the Contractor shall offer consideration or reduction of invoice for all rejected goods. 3.The performance by the Contractor and the quality of the goods delivered, including services rendered, and any documentation or written material in support thereof, shall be subject to inspection, review, and acceptance by the Contracting Officer or designated representatives. Failure to follow this guidance WILL RESULT IN A DELAY OF PAYMENT. Please refer to order number W911RX-08-P-XXXX (provided when award is complete) on all correspondence, invoices, shipping documents, shipping labels and shipping containers. Failure to follow this guidance WILL DELAY YOUR PAYMENT. 1.Submit all invoices electronically via Wide Area Workflow. Please note DFARS Clause 252.232-7003 Electronic Submission of payment requests and receiving reports (March 2008). This regulation requires the use of Wide Area WorkFlow (WAWF) and will later be found in this contract in full text. (1) Wide Area WorkFlow-Receipt and Acceptance (see website https://wawf.eb.mil); to acquire the training guide, go to http://www.wawftraining.com/.(2) Submit all invoices via Wide Area Workflow UNDER DODAAC W55MKG 2.Payment will be made by Defense Finance and Accounting Service (DFAS), via Electronic Funds Transfer (see Clause 52.212-5(b)(23). 3.The contractor shall submit the sole invoice via WAWF to the payment office and at the same time furnish an additional electronic copy to the Contract Administrator (provided after contract award). Delivery shall be made NLT 1 October 2008, FBO Destination, Fort Riley, KS. DELIVERY SPECIAL INFORMATION AND INSTRUCTIONS August 2007 (i) At the present time and until further notice ALL delivery trucks must enter Fort Riley Installation through the 12th Street entrance into Camp Funston, or the Henry Dr. entrance by Marshall Army Air Field. These are the ONLY entrances deliver trucks may use. (a) The 12th Street entrance can be accessed from KS Highway 18, North of the Kansas River bridge. If traveling on Interstate (I-70), take Exit 303, head North direction for approximately 3.6 miles and turn left on the first traffic light to 12th Street Gate. (b) The Henry Drive entrance can be accessed by taking I-70 Exit 301, then heading North to the access control point. To obtain an installation pass, Driver(s) must present a valid Drivers License/Photo ID, current vehicle registration, and proof of current insurance card. Passenger(s) will be required to present a valid Drivers License/Photo ID. (ii) Commercial shippers participating in RAPIDGate may enter any of the installations seven (7) access control points. RAPIDGate is a voluntary access protocol used by the installation to help expedite access to the installation. For information about RAPIDGate contact EID Passports, Inc. at 1-877-RAPIDGate (1-877-727-4342). (iii) For security reasons, the bill of lading shall have the name and phone number of the Ft. Riley delivery point of contact. This includes the bill of lading presented by third party and subsequent shippers. The Director of Emergency Services (DES), Fort Riley retains the right to refuse entry to the installation. Refusal of entry shall not relieve the prime contracted vendor from their responsibility to deliver as agreed to, nor shall there be an additional cost to the Government resulting from refused entry. NOTE: Commercial deliveries are accepted between 5:30 a.m. to 2:00 p.m (CST) Monday through Friday. The 12th Street Gate is closed at 2:00 p.m. and on weekends. Henry Gate is open 24 hours, 7 days a week. The installation does not provide overnight parking. All shipments must be accepted and off loaded the same day.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=02f488c5e8dd08f07b8d30321255b644&tab=core&_cview=1)
 
Place of Performance
Address: Fort Riley, KS 66442<br />
Zip Code: 66442<br />
 
Record
SN01639047-W 20080815/080813222946-02f488c5e8dd08f07b8d30321255b644 (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.