Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

E -- 2010 AUSA Annual Meeting (Booth Space Furnishings)

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
17th street Bldg 4197, Fort Sam Houston, TX 78234
 
ZIP Code
78234
 
Solicitation Number
W45RBK9271N602
 
Response Due
9/24/2009
 
Archive Date
3/23/2010
 
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
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 W45RBK9271N602 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 561920 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 2009-09-24 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20001 The USA ACA Ft. Sam Houston requires the following items, Meet or Exceed, to the following: LI 001, Reconfigure existing AMEDD custom tower booth to include 4 workstations that are tied into it, with redesign artwork of specific messaging of the command 4 imperatives and which must include messaging of the subordinate commands, so the tower is correctly branded for the AUSA function, vendor must also provide a seating area in the center of the tower as a meeting place for VIPs and employers wishing to conduct interviews with soldeirs seeking employment with these industries., 1, EA; LI 002, 42"x 144" Tower Graphic--redesign AMEDD Custom tower: redesign, print, and finish graphics 42"x144", printed 4" color on both sides with 4" flat mounting pockets top and bottom. Fit each to the redesigned government owned custom booth., 4, EA; LI 003, 22"x144" Tower Graphics redesign AMEDD custom header. Redesign, print, and finish two sided header graphics 22x144 mounted on 3 mil sintra and printed both sides in 4 colors, nd fit each to mount within the grooves of the AMEDD Octanorm custom booth., 4, EA; LI 004, Photo Murals -- 20x50 exhibit booth for national show...Washington DC including showsite expenses payable to decorate exhibit graphics - Changes to 10x20 plus photomural panels 30, 11x16" x 89 3/4 to fit nomadic display plus display, 2, EA; LI 005, Octonorm Workstations-- Design and produce custom octonorm workstations (63" wide, 87" h 27"deep to accommodate LCD displays with speakers, wire management, counters, shelves, locking doors and mounting systems for the flat panel displays. In addition, each workstation will include the design and production of a 30x40 exhibit graphic mounted on 3 ml sintra to fit in the tower grooves, 8, EA; LI 006, Overhead moss circular 10'x4' tension fabric sign, with rotator nad new backlit graphics, 1, EA; LI 007, Flood Lights -- Flood lights (4) 200 watt halogen floods to illuminate the interior displays in the tower, 4, EA; LI 008, Stool Contemporary, 48"x17"x18" -- AG08 Stool Rental, 20, EA; LI 009, Literature Rack -- Item #AALR literature rack to support each kiosk, 10, EA; LI 010, Security Cage - 6ft x 6ft, 1, EA; LI 011, Padded Carpet 20 x 50 Square feet 20 x 50 custom cut 28oz carpet adn 1/2" pad - Rental, 1, EA; LI 012, Other direct and indirect costs (itemized): to include shipping and handling charges; internet connectivity for existing 20x30 octanorm tower, booth cleaning by GES through the duration of the show (Oct 5th-7th); and installation and dismantle labor costs: unpack, layout and assemble 20x50 custom octanorm booth components prior to the opening of the event in Washington and dismantling at the end of the event and prepare it for return shipping to San Antonio, TX, 1, EA; For this solicitation, USA ACA Ft. Sam Houston 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. Sam Houston 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 forrest.k.hughes@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (Continental U.S.) No partial shipments unless otherwise specified This solicitation incorporates one or more 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of clause) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. Please see the full provision at http://farsite.hill.af.mil/vffara.htm (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) 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 Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer.(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 and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/.(c) The Contractor may submit a payment request and receiving report using other than WAWF only when (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officers determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d)The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) FAR 52.212-5, Executive Orders-Commercial Items, will apply: 52.219-14 (portion set aside for SB and >100K) 52.219-6 (SB set-aside)52.222-352.222-1952.222-2152.222-2652.222-35 (>100K)52.222-36 (>10K) 52.222-37 (if 52.222-35 is checked)52.225-13 52.232-33. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm 252.212-7001 is incorporated with the following clauses: 252.203-3 (>100K)252.225-7001 (all except IT)252.225-7012 (>100K) 252.243-7002 (>100K)252.247-7023 The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/vffara.htm 52.204-7 Central Contractor Registration (APR 2008), 52.212-1 Instructions to OfferorsCommercial Items (JUN 2007), 52.212-4 Contract Terms and ConditionsCommercial Items (FEB 2007), 52.247-34 F.o.b. Destination (Nov 1991), 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (SEP 2004), 52.209-6 (>30K), 52.219-1 PLEASE SUBMIT YOUR SPECS ALONG WITH YOUR BIDS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK33/W45RBK9271N602/listing.html)
 
Place of Performance
Address: Washington, DC 20001
Zip Code: 20001
 
Record
SN01963354-W 20090923/090921235737-7d82c29ca67f9bea8dacb443de39653e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.