Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

93 -- FPG Lighter Fighter Bag

Notice Date
8/27/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Fort Lewis, Bldg 2015 Box 339500, Fort Lewis, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W91KSE-08-Q-2JC02
 
Response Due
9/4/2008
 
Archive Date
3/3/2009
 
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 W91KSE-08-Q-2JC02. 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. 83415_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 2008-09-04 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Lewis, WA 98433 The USA ACA Fort Lewis requires the following items, Meet or Exceed, to the following: LI 001, FORCEPROTECTOR GEAR Lightfighter SSW (Stainless Steel Wheels) is the best commercial air/ individual loadout solution in the market. Same bag design as the original FPG Lightfighter but with heavy duty wheels/housings forserious loadouts. P/N FOR60, 151, EA; For this solicitation, USA ACA Fort Lewis 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. USA ACA Fort Lewis 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. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. Quote MUST be good for 30 days after Reverse Auction closing date. New equipment/parts only. No remanufactured products. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.) The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. a. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. CI DIVISION INSTRUCTION 10 - RELOCATION, TRAVEL AND PER DIEM COSTS The cost of relocation of contractor employees and any other administrative travel (reference FAR 31.205-46) incurred in the performance of this contract shall be limited to the rates specified in the (1) Federal Travel Regulations, (2) DoD Joint Travel Regulations or (3) the State Department Standardized Regulations. All travel and per diem requirements in connection with work to be performed under this contract, and billed as a direct cost, shall be approved by the Contracting Officer, in writing, prior to the use of such travel and per diem. The Contractor shall submit requests for approval of travel and per diem at least ten (10) calendar days in advance of anticipated travel date. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes.(c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. (d) Employees who require access to Fort Lewis to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manager, Cell: (None); info@rapidgate.com, mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Proposed responders must submit any questions concerning this quote at least 5 days prior to the established closing date to reasonable to expect a response from the Government. Those questions not received within the proscribed date will not be considered. Offers will be evaluated based on price and technical acceptablibity. Quoters certifies that the product quoted meets or exceeds all minimum requirements as stated in the quote. Quotes must be submitted per unit price and total price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this quote will be rejected as non-responsive. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this contract. The contractor shall not hire any individual to perform work on Fort Lewis or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Lewis or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. CI DIVISION INSTRUCTION 26 - INFORMATION MANAGEMENT OFFICER (IMO) The Contractor will appoint an IMO to be the liaison between the Contractor and Government communication personnel. All requirements to the Directorate of Information Management (DOIM) will be coordinated through the IMO. PRIVACY AND SECURITY OF PROTECTED HEALTH INFORMATION (APR 2005)(a) Definitions. As used in this clause: Electronic Protected Health Information has the same meaning as the term ?electronic protected health information? in 45 CFR 160.103.Individual has the same meaning as the term ?individual? in 45 CFR 164.501 and shall include a person who qualifies as a personal representative in accordance with 45 CFR 164.502(g).Privacy Rule means the Standards for Privacy of Individually Identifiable Health Information at 45 CFR part 160 and part 164, subparts A and E.Protected Health Information has the same meaning as the term ?protected health information? in 45 CFR 164.501, limited to the information created or received by the Contractor from or on behalf of The Government.Required by Law has the same meaning as the term ?required by law? in 45 CFR 164.501.Secretary means the Secretary of the Department of Health and Human Services or his/her designee.Security Rule means the Security Standards for the Protection of Electronic Protected Health Information at 45 CFR part 160 and part 164, subpart C.Terms used, but not otherwise defined, in this Agreement shall have the same meaning as those terms in 45 CFR 160.103 164.103, and 164.304 and 164.501. (b) The Contractor agrees to not use or further disclose Protected Health Information other than as permitted or required by the Contract or as Required by Law. (c) The Contractor agrees to use appropriate safeguards to prevent use or disclosure of the Protected Health Information other than as provided for by this Contract. The Contractor agrees to implement administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity and availability of the Electronic Protected Health Information that it creates, receives, maintains, or transmits on behalf of the Government. (d) The Contractor agrees to mitigate, to the extent practicable, any harmful effect that is known to the Contractor of a use or disclosure of Protected Health Information by the Contractor in violation of the requirements of this Contract. (e) The Contractor agrees to report to the Government any use or disclosure of the Protected Health Information not provided for by this Contract. The Contractor agrees to report to the Government any security incident of which it becomes aware. (f) The Contractor agrees to ensure that any agent, including a subcontractor, to whom it provides Protected Health Information, in any format, that it creates, receives, maintains, or transmits on behalf of the Government, agrees to the same restrictions and conditions that apply through this Contract to the Contractor with respect to such information. (g) The Contractor agrees to provide access, at the request of the Government, and in the time and manner designated by the Government to Protected Health Information in a Designated Record Set, to the Government or, as directed by the Government, to an Individual in order to meet the requirements under 45 CFR 164.524. (h) The Contractor agrees to make any amendment(s) to Protected Health Information in a Designated Record Set that the Government directs or agrees to pursuant to 45 CFR 164.526 at the request of the Government or an Individual, and in the time and manner designated by the Government. (i) The Contractor agrees to make internal practices, books, and records relating to the use and disclosure of Protected Health Information received from, or created or received by the Contractor on behalf of, the Government, available to the Government, or at the request of the Government to the Secretary, in a time and manner designated by the Government or the Secretary, for purposes of the Secretary determining the Government?s compliance with the Privacy Rule. (j) The Contractor agrees to document such disclosures of Protected Health Information and information related to such disclosures as would be required for the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528. (k) The Contractor agrees to provide to the Government or an Individual, in time and manner designated by the Government, information collected in accordance with this Clause of the Contract, to permit the Government to respond to a request by an Individual for an accounting of disclosures of Protected Health Information in accordance with 45 CFR 164.528. General Use and Disclosure Provisions Except as otherwise limited in this Agreement, the Contractor may use or disclose Protected Health Information on behalf of, or to provide services to, the Government for the following purposes, if such use or disclosure of Protected Health Information would not violate the Privacy Rule or the Department of Defense Health Information Privacy Regulation if done by the Government: [List Purposes]. Specific Use and Disclosure Provisions (a) Except as otherwise limited in this Agreement, the Contractor may use Protected Health Information for the proper management and administration of the Contractor or to carry out the legal responsibilities of the Contractor. (b) Except as otherwise limited in this Agreement, the Contractor may disclose Protected Health Information for the proper management and administration of the Contractor, provided that disclosures are required by law, or the Contractor obtains reasonable assurances from the person to whom the information is disclosed that it will remain confidential and used or further disclosed only as required by law or for the purpose for which it was disclosed to the person, and the person notifies the Contractor of any instances of which it is aware in which the confidentiality of the information has been breached. (c) Except as otherwise limited in this Agreement, the Contractor may use Protected Health Information to provide Data Aggregation services to the Government as permitted by 45 CFR 164.504(e)(2)(i)(B). (d) Contractor may use Protected Health Information to report violations of law to appropriate Federal and State authorities, consistent with 45 CFR 164.502(j)(1). Obligations of the GovernmentProvisions for the Government to Inform the Contractor of Privacy Practices and Restrictions (a) Upon request, the Government shall provide the Contractor with the notice of privacy practices that the Government produces in accordance with 45 CFR 164.520, as well as any changes to such notice. (b) The Government shall provide the Contractor with any changes in, or revocation of, permission by Individual to use or disclose Protected Health Information, if such changes affect the Contractor's permitted or required uses and disclosures. (c) The Government shall notify the Contractor of any restriction to the use or disclosure of Protected Health Information that the Government has agreed to in accordance with 45 CFR 164.522. Permissible Requests by the Government The Government shall not request the Contractor to use or disclose Protected Health Information in any manner that would not be permissible under the Privacy Rule if done by the Government, except for providing Data Aggregation services to the Government and for management and administrative activities of the Contractor as otherwise permitted by this clause. Termination (a) Termination. A breach by the Contractor of this clause, may subject the Contractor to termination under any applicable default or termination provision of this Contract. (b) Effect of Termination. (1) If this contract has records management requirements, the records subject to the Clause should be handled in accordance with the records management requirements. If this contract does not have records management requirements, the records should be handled in accordance with paragraphs (2) and (3) below. (2) If this contract does not have record management requirements, except as provided in paragraph (3) of this section, upon termination of this Contract, for any reason, the Contractor shall return or destroy all Protected Health Information received from the Government, or created or received by the Contractor on behalf of the Government. This provision shall apply to Protected Health Information that is in the possession of subcontractors or agents of the Contractor. The Contractor shall retain no copies of the Protected Health Information. (3) If this contract does not have records management provisions and the Contractor determines that returning or destroying the Protected Health Information is infeasible, the Contractor shall provide to the Government notification of the conditions that make return or destruction infeasible. Upon mutual agreement of the Government and the Contractor that return or destruction of Protected Health Information is infeasible, the Contractor shall extend the protections of this Contract to such Protected Health Information and limit further uses and disclosures of such Protected Health Information to those purposes that make the return or destruction infeasible, for so long as the Contractor maintains such Protected Health Information. Miscellaneous (a) Regulatory References. A reference in this Clause to a section in the Privacy Rule means the section as in effect or as amended, and for which compliance is required. (b) Survival. The respective rights and obligations of Business Associate under the ?Effect of Termination? provision of this Clause shall survive the termination of this Contract. (c) Interpretation. Any ambiguity in this Clause shall be resolved in favor of a meaning that permits the Government to comply with the Privacy Rule and Security Rule.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e2609ef4e6d68fe419aa15f20391c909&tab=core&_cview=1)
 
Place of Performance
Address: Fort Lewis, WA 98433<br />
Zip Code: 98433<br />
 
Record
SN01652941-W 20080829/080827221747-e2609ef4e6d68fe419aa15f20391c909 (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.