Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

W -- ROT 09-05 SINK AND SHOWER TRAILERS (NTC SPT BDE)

Notice Date
2/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Irwin, Attn: SFCA-SR-IR, Fort Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
W81MR09044N009
 
Response Due
3/2/2009
 
Archive Date
8/29/2009
 
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 W81MR09044N009 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 532299 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 2009-03-02 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACA Fort Irwin requires the following items, Meet or Exceed, to the following: LI 001, Sink and Shower Trailers Location: Forward Operating Base (FOB) King (Fort Irwin, Ca) - 2500 personnel; 35 Shower heads Period of Performance: 10-Mar-2009 to 28-Mar-2009. The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, maintain and remove the Shower & Sink Trailers as per the attached Statement of Work (SOW). (Note: The number in the QTY area represents the number of shower heads requested), 35, EA; LI 002, Sink and Shower Trailers Location: Forward Operating Base (FOB) Denver (Fort Irwin, Ca) - 850 personnel; 12 Shower heads Period of Performance: 10-Mar-2009 to 28-Mar-2009 The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, maintain and remove the Shower & Sink Trailers as per the attached Statement of Work (SOW). (Note: The number in the QTY area represents the number of shower heads requested), 12, EA; LI 003, Sink and Shower Trailers Location: Forward Operating Base (FOB) Dallas (Fort Irwin, Ca) - 450 personnel; 6 Shower heads Period of Performance: 10-Mar-2009 to 28-Mar-2009 The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, maintain and remove the Shower & Sink Trailers as per the attached Statement of Work (SOW). (Note: The number in the QTY area represents the number of shower heads requested), 6, EA; LI 004, Sink and Shower Trailers Location: Forward Operating Base (FOB) Miami (Fort Irwin, Ca) - 700 personnel; 10 Shower heads Period of Performance: 10-Mar-2009 to 28-Mar-2009 The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, maintain and remove the Shower & Sink Trailers as per the attached Statement of Work (SOW). (Note: The number in the QTY area represents the number of shower heads requested), 10, EA; LI 005, Sink and Shower Trailers Location: Forward Operating Base (FOB) Seattle (Fort Irwin, Ca) - 1200 personnel; 17 Shower heads Period of Performance: 10-Mar-2009 to 28-Mar-2009. The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, maintain and remove the Shower & Sink Trailers as per the attached Statement of Work (SOW). (Note: The number in the QTY area represents the number of shower heads requested), 17, EA; For this solicitation, USA ACA Fort Irwin 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 Irwin 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. 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). Agency requires registration with the Central Contractor Registry (CCR). Information can be found at www.ccr.gov Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [ ] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)_______________________ DFAS POC and Phone: _________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) ______________________ at _________________or faxed to ___________________. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [ ] Invoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (UID) Data (Government Only)UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: ________________ ISSUE BY DODAAC: ________________ ADMIN BY DODAAC: ________________ INSPECT BY DODAAC: ________________ ACCEPT BY DODAAC: ________________ SHIP TO DODAAC: ________________ LOCAL PROCESSING OFFICE DODAAC: ________________ PAYMENT OFFICE FISCAL STATION CODE: ________________ EMAIL POINTS OF CONTACT LISTING: ________________ INSPECTOR: ________________ ACCEPTOR: ________________ RECEIVING OFFICE POC: ________________ CONTRACT ADMINISTRATOR: ________________ CONTRACTING OFFICER: ________________ ADDITIONAL CONTACT: ________________ For more information contact: ________________ This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov.far (End of provision) The Government intends to award to the responsible offeror(s) whose offer conforming to the synopsis/solicitation will be the most advantageous to the government based on the best value. Offers to this RFQ will be evaluated based on Availability of the requested requirement, Delivery time and Price considerations with all factors being equal. The government does reserve the option to make multiple awards. The following supply or service is required to support Rotation at Fort Irwin, CA. The government does reserve the option to vary quantities by +/- 30% due to operational requirements and to make multiple awards to meet said requirements, and reserve the right to make or not make an award. Contractor shall remove all contracted leased equipment from the specified location(s) within 72 hours after the period of performance end date. Should contracted leased equipment remain in place beyond the 72 hours, the government is not liable for usage, lost, theft, damages, or replacement cost due to contractors negligence to take possession of owned items.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9f8021dfb082106d42a312f4aab952e&tab=core&_cview=1)
 
Place of Performance
Address: Multiple shipping information.<br />
Zip Code: Multiple<br />
 
Record
SN01755842-W 20090226/090224220824-a9f8021dfb082106d42a312f4aab952e (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.