Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

66 -- Scintillometer

Notice Date
12/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, VALDEZ CIRCLE, DUGWAY PROVING GROUND, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB8325M201
 
Response Due
12/11/2008
 
Archive Date
6/9/2009
 
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
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 W909NB8325M201 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 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 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 2008-12-11 15:00:00.0 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, Brand Name or Equal, to the following: LI 001, Scintillometer, BLSCOM-900, Large Aperature, 500M to 5KM range, Includes Transmitter, receiver, positioning device, processing unit, software, amnuals. Stock number BLSCOM-900.SUBJECT TO AVAILABILITY OF FUNDS, QUOTE SHALL BE GOOD UNTIL 30 SEP 2009., 2, EA; LI 002, Instrumentation Tripod, Stock Number:SLSTRP-018 to hold BLSCOM-900 Scintillometer SUBJECT TO AVAILABILITY OF FUNDS, QUOTE SHALL BE GOOD UNTIL 30 SEP 2009., 4, EA; LI 003, Transport Case for Scintillometer and Tripods, Stock number: BLSALC-900 Aluminum with protection SUBJECT TO AVAILABILITY OF FUNDS, QUOTE SHALL BE GOOD UNTIL 30 SEP 2009., 2, EA; LI 004, Direct Meteorological Data Input including temperature sensor, pressure sensor, and software, Stock number: BLSDM1-1 SUBJECT TO AVAILABILITY OF FUNDS, QUOTE SHALL BE GOOD UNTIL 30 SEP 2009., 2, 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. An Offeror 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 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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 the point of contact in the FBO notice, 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 Alt 1, 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: 52.203-6, 52.219.6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13, 52.232-33, 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. 52.000-4001FOREIGN VISITORS/EMPLOYEES 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. (End of clause) 52.000-4002 LOCATION OF US ARMY DUGWAY PROVING GROUND 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. (End of clause) 52.000-4003 NORMAL WORK HOURS 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(f)1st Monday in September(b)3rd Monday in January(g)2nd Monday in October(c)3rd Monday in February(h)November 11th (d)Last Monday in May(i)4th Thursday in November(e)July 4th (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. (End of clause) Incorporate by reference 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include the following clauses: 52.203-3, 252.225-7012, 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, 252.247-7023, Transportation of Supplies by Sea. 252.204-7004 Alternate A, Central Contractor Registration and 252.211-7003 Item Identification and Valuation. OSHA STANDARDS Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. (End of clause) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolutions forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile Number (703) 806-8866 or 8875 Packages sent by FEDEX or UPS should be addressed to: HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. Belvoir, VA 22060-5527 The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest procedures.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8b444e5f11af7c85682eab0d09c8a201&tab=core&_cview=1)
 
Place of Performance
Address: Dugway, UT 84022<br />
Zip Code: 84022<br />
 
Record
SN01713491-W 20081206/081204220514-8b444e5f11af7c85682eab0d09c8a201 (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.