Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

84 -- RETENTION ITEMS

Notice Date
6/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Polk, P O DRAWER 3918, FORT POLK, LA 71459
 
ZIP Code
71459
 
Solicitation Number
W90BUS-9092-NJ20
 
Response Due
6/10/2009
 
Archive Date
12/7/2009
 
Point of Contact
Name: Matricia Martin, Title: CONTRACTING OFFICER, Phone: 3375316815, Fax: 3375318369
 
E-Mail Address
matricia.martin@us.army.mil;
 
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 W90BUS-9092-NJ20 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 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 453220 with a small business size standard of $7.00M. 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 2009-06-10 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT POLK, LA 71459 The USA ACA Fort Polk requires the following items, Exact Match Only, to the following: LI 001, Square Sports Duffel 860, Color - ACU, MFG P/N Flying Circle Bags. Square Duffel Bag. (18" (W) x 11" (H)) WT: 2LBS. A. 1st MEB Patch embroidered centered on side of bag with logo matching colors. Words (REENLIST 1ST MEB, FT POLK, LA) in black letters above patch. Words below the patch (HHC 1ST MEB, 46TH ECH (H), 88TH BSB, 519 MP) in a semi-circle., 1000, EA; LI 002, Gator Serrator Knife, Mfg - Gerber Knife 2-3/4" gator mate serrator pocket knife, serrated clip point blade with nylon sheath, krayton handle. A. Laser printing into krayton handle: REUP 1ST MEB,FT POLK, LA (1/8" Letters. B. Print screened logo on sheath with (REUP 1ST MEB) on TOP or BOTTOM of logo., 600, EA; LI 003, Unisex 242VQ watch, MFG P/N 242VQ, MFG - Tomax USASolid black strap N-49BK. Watch face is ACU print. REUP 1ST MEB, FT POLK, LA screened to fit. 1st MEB logo screened above to fit. see attachment, 600, EA; LI 004, T-Shirt Black XL,Custom Logo T-shirt, Color - Black, MFG - Hanes Black T-Shirt XL. screen print: ash logo and letter colors. Words above logo: REENLIST 1ST MEB, FT POLK, LA 1/4" High centered above logo. Words below logo: HHC 1ST MEB, 46TH ECB (H), 519TH MP, 88TH BSB 1/4" centered below logo., 250, EA; LI 005, T-Shirt Ash XL, Custom Logo, Color Ash, Mfg - HanesAsh T-Shirt XL. screen print: black logo and letters. Words above logo: REENLIST 1ST MEB, FT POLK, LA 1/4" High centered above logo. Words below logo: HHC 1ST MEB, 46TH ECB (H), 519TH MP, 88TH BSB 1/4" centered below logo., 250, EA; LI 006, T-Shirt Ash XXL, Custom Logo, Color - Black, Mfg - HanesBlack T-Shirt XXL. screen print: ash logo and letter colors. Words above logo: REENLIST 1ST MEB, FT POLK, LA 1/4" High centered above logo. Words below logo: HHC 1ST MEB, 46TH ECB (H), 519TH MP, 88TH BSB 1/4" centered below logo., 250, EA; LI 007, T-Shirt Ash XXL, Custom Logo, Color - Ash, Mfg - HanesAsh T-Shirt XXL. screen print: black logo and letter colors. Words above logo: REENLIST 1ST MEB, FT POLK, LA 1/4" High centered above logo. Words below logo: HHC 1ST MEB, 46TH ECB (H), 519TH MP, 88TH BSB 1/4" centered below logo., 250, EA; For this solicitation, USA ACA Fort Polk 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 Polk 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. 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. 252.212-7001 Contract Terms and conditions 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227). 52.203-3 Gratuities; 252.225-7001; 252.247-7023 Buy American Act and Balance of Payments Programs, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631), Alternate III (MAY 2002) of 252.247-7023. 52.204-7 Central Contractor Registration JUL 2006; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 New equipment ONLY, NO remanufactured products Bid MUST be good for 30 days. FOB Destination CONUS (CONtinental U.S.) No Partial shipments unless otherwise specified a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dod.mil/dfas/. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) SECURITY SEARCHES/CHECKSThe Contractor and Contractor employees are subject to security searches/checks. Persons found in possession of firearms, ammunition, explosives, pyrotechnic devices, knives, other lethal weapons, or removing Government equipment, supplies, and/or food will be prosecuted and/or barred from the installation. The Contractor shall safeguard all Government property furnished for Contractor use. FORT POLK ACCESS CONTROLProcedures for commercial vehicle access to Fort Polk are subject to change without prior notice. Current access information may be obtained by calling the Directorate of Emergency Services (DES), Force Protection Office at (337) 531-7303. Fort Polk has implemented more restrictive access procedures for personnel who require routine access to the installation by standardizing entry protocol called the RAPIDGate Program. Companies that service Fort Polk can voluntarily enroll in the RAPIDGate Program by calling 1-977-RAPIDGATE (1-877-727-4342). If the company chooses to participate in the RAPIDGate Program, company vehicles are allowed access to Fort Polk through Gates 1, 2, 4, 5, 6 and 7 without having to obtain a one-day pass, undergo a security screening or a vehicle inspection, etc. Companies that choose not to participate in the RAPIDGate Program will be allowed to access Fort Polk through Gate 1 in passenger vehicles. All commercial vehicles over 1 ton will use Gates 4 and 7. In addition prior to entering the installation, each individual must obtain a day pass and undergo a security screening. Vehicle inspection will be mandatory. All vehicle occupants must be prepared to provide a photo ID and receive a pass at the Visitor Center located at Gate 1. The driver of the vehicle will be required to provide drivers license, proof of vehicle registration and proof of insurance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK25/W90BUS-9092-NJ20/listing.html)
 
Place of Performance
Address: FORT POLK, LA 71459<br />
Zip Code: 71459<br />
 
Record
SN01838686-W 20090610/090608234917-b93db4fe60a3de9d5e7b59f7d06314e3 (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.