Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

58 -- Video Wall

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg 1-1333 Macomb and Armistead Sts., Fort Bragg, NC 28310
 
ZIP Code
28310
 
Solicitation Number
DPTRAN9245N247
 
Response Due
9/19/2009
 
Archive Date
3/18/2010
 
Point of Contact
Name: Anne Talbot, Title: Contract Specialist, Phone: 9103964362, Fax: 9109369438
 
E-Mail Address
anne.m.talbot@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 DPTRAN9245N247 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334220 with a small business size standard of 750.00 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 2009-09-19 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT BRAGG, NC 28310 The USA ACA Ft. Bragg requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Contractor shall provide and install a 46" LCD flat panels, in 3x3 Landscape Configuration: 69.6" (5'.8") tall x 121'.5" (10'.1") wide overall with VGA, DVI and HDMI inputs. Universal 100/240V, 50/60Hz PSU. Wall Mounts and control server. See Technical Exhibit 1., 1, EA; LI 002, Contractor shall provide a display wall server with ArcGIG optimized performance with 9 digital video outputs, Intel quad core processor, 12GB memory, mosaic and span modes, Vista/XP 64 dual boot capable, 1, EA; LI 003, Contractor shall provide all labor, supplies, transportation and equipment to install video wall. Contractor shall also provide on site technical support and training on use of the system., 1, EA; For this solicitation, USA ACA Ft. Bragg 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 Ft. Bragg 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. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions 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. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order 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 Wide Area Workflow (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 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 All contractor invoices and receiving reports are required to be submittedelectronically in accordance with DFARS 252.232-7003 Electronic Submissionof Payment Requests and Receiving Reports. Contractors shall submitinvoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receivingreports. Type of Document is either Combo for Supplies or 2-in-1 for Services. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly.Contractor invoices must reflect the contract line items (CLINs) containedin the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected andaccepted. An interactive self-paced training module is available for both contractorand Government personnel at http://wawftraining.com to learn how to useWAWF. WAWF also offers customer support and/or assistance at1-866-618-5988. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACTORS THE INFORMATION BELOW WILL BE PREFILLED FOR YOU. PLEASE VERIFY THAT CONTRACT NUMBER AND DELIVERY ORDER NUMBER ARE CORRECT FOR THE CONTRACT YOU WILL BE INVOICING FOR THROUGH WAWF. CONTRACT NUMBER: DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: Combo Invoice / Receiving Report CAGE CODE: ISSUE BY DODDAC: W91247 ADMIN DODDAC: W91247 SERVICE ACCEPTOR/SHIP TO: W36B48 LOCAL PROCESSING OFFICE: Leave Blank for Army Contracts. PAY OFFICE DODDAC: Person completing the receiving report name and email address: 252.211-7003 ITEM IDENTIFICATION AND VALUATION (AUG 2008) 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Local Clause 5152.233-4000, AMC-Level Protest Program (Nov 2008) 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 Resolution forum, rather than filing a protest with the Government Accountability 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. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK07/DPTRAN9245N247/listing.html)
 
Place of Performance
Address: FORT BRAGG, NC 28310
Zip Code: 28310-5000
 
Record
SN01952974-W 20090916/090914235832-408fb8c884fd93d5006bc44d96c0c052 (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.