Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
MODIFICATION

U -- Aggressors - ISF Roleplayers

Notice Date
9/8/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Directorate of Contracting, Fort Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
NTC-09-10-SEAR-55
 
Response Due
9/7/2009
 
Archive Date
3/6/2010
 
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
CANCELLATION NOTICE: Bids are being solicited under solicitation number NTC-09-10-SEAR-55. 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. 154158_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA 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 must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. 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 2009-09-07 16:30:00.0 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, CAT I personnel to serve as village key leadership and aggressors. Personnel must be of Arabic descent, and speak Arabic. The contractor shall provide seventeen (17) males and ten (10) females within the 18 55 years old range. Six of the ten females will be serving in aggressor roles throughout the specified time period. The dates required for these individual are 12 20 September 2009. The contractor shall abide by all terms and requirements in the Statement of Work., 17, EA; LI 002, CAT II personnel to serve as High Value Individuals and aggressors. The end state of these personnel will be to provide a realistic personality based targeting environment throughout the specified time period. They will provide the MSOC an opportunity for specifically trained personnel to conduct interrogation and tactical questioning in a field environment. Personnel must be of Arabic descent, and speak Arabic. Each individual must have an adjudicated SECRET clearance, which can be accessed via the Joint Personnel Adjudication System (JPAS). The dates required for these individual are 14 20 September 2009. The contractor shall abide by all terms and requirements in the Statement of Work., 3, EA; LI 003, Pyrotechnical special effects which consist of Simulated Rocket-Propelled Grenades (RPGs) and Simulated Improvised Explosive Devices (IEDs). Special effects must create realistic scenarios that Marines would see in combat. Contracted special effects must be able to integrate into the training scenarios. Dates inclusive: 14 16 and 19 September. (1) pyrotechnic crew should satisfy this requirement. The contractor shall abide by all terms and requirements in the Statement of Work., 1, EA; LI 004, Wound special effects to include a medical moulage kit to simulate combat casualties. Special effects will be required to create several extremely realistic wounds and simulations that give medical personnel and other aid givers rigorous trauma care training in realistic combat situations. Special effects must create realistic scenarios that Marines would see in combat. Contracted special effects must be able to integrate into the training scenarios. Dates inclusive: 12, 14 16 and 19 September.The contractor shall abide by all terms and requirements in the Statement of Work., 1, EA; LI 005, Prop vehicles to support tactical collection operations. The dates required for these vehicles are 12 20 September 2009. The contractor shall abide by all terms and requirements in the Statement of Work., 6, EA; LI 006, The contractor shall provide validation of all required training/certifications in accordance with the Statement of Work at the time of the submission of the bid to eric.sears@us.army.mil, 1, EA; LI 007, In accordance with Section H, Clause 52.000-4029, Accounting for Contract Services - - Contractor Manpower Reporting, this line item is added as no cost unless otherwise specified. Should a cost be associated with this requirement, complete the line item and submit with your initial proposal submission., 1, 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. 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 Irwin 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. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. No partial shipments are permitted unless specifically authorized at the time of award. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration (CCR) site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK17/NTC-09-10-SEAR-55/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN01944972-W 20090910/090909083554-c4e96772fd6f0d9dfe219f21f0a97aa0 (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.