Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
MODIFICATION

66 -- laboratory bubbler

Notice Date
1/21/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
5330VALDEZ CIRCLE, DUGWAY, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB9340ML12
 
Response Due
2/2/2010
 
Archive Date
8/1/2010
 
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
AMENDMENT NOTICE: 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 W909NB9340ML12 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 423450 with a small business size standard of 100.00 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 2010-02-02 17:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be DUGWAY, UT 84022 The US ACA Dugway Proving Grounds requires the following items, Meet or Exceed, to the following: LI 001, LABORATORY BUBBLER.Custom Bubbler, 25mm OD x 6 1/4 Body Length, 10mm OD Inner Stem, 12/5 Top Socket Joint, 14 indentations 90 apart, Staggered, SEE ATTACHED DRAWING. NOTE : THIS PROCUREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS, 778, EA; For this solicitation, US ACA Dugway Proving Grounds 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. US ACA Dugway Proving Grounds 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments Delivery shall be made within 30 days or less after receipt of order (ARO). New equipment ONLY, NO remanufactured products Bid MUST be good for 90 calendar days after submission FOB Destination CONUS (CONtinental U.S.) DUGWAY PROVING GROUND UTAH 84022 No partial shipments unless otherwise specified Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card "A" numbers or social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a) January 1st (b) 3rd Monday in January (c) 3rd Monday in February(d) Last Monday in May(e) July 4th (f) 1st Monday in September(g) 2nd Monday in October(h) November 11th (i) 4th Thursday in November(j) December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. Specifically, the following clauses cited are applicable to this requirement, 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS INTO FAR CLAUSES; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, ALTERNATE 1, 52.212-4 CONTRACTOR TERMS AND CONDITIONS--COMMERCIAL ITEMS; 52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE; 52.219-28 POST AWARD SMALL BUSINESS PROGRAM REREPRESENTATION; 52.222-3 CONVICT LABOR; 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; 52.222-26 EQUAL OPPORTUNITY; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-50 COMBATING TRAFFICKING IN PERSONS (AUG 2007) (APPLIES TO ALL CONTRACTS); 52.225-13 RESTRICTION ON CERTAIN FOREIGN PURCHASES (FEB 2006) (E.O.s, PROCLAMATIONS, AND STATUTES ADMINISTERED BY THE OFFICE OF FOREIGN ASSETS CONTROL OF THE DEPARTMENT OF TREASURY); 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION (OCT 2003) (31 U.S.C. 3332), 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS. Specifically, the following clauses cited are applicable to this requirement, 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION, 252.211-7003 ITEM IDENTIFICATION AND VALUATION, 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECTUIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS; 252.225-7036 BUY AMERICAN ACT--FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM (JUN 2006)ALTERNATE 1 (JAN 2005); 252.225-7014 PREFERENCE FOR DOMESTIC SPECIALITY METALS (JUN 2005); 252.227-7015 TECHNICAL DATA--COMMERCIAL ITEMS (NOV 1995); 252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (SEP 1999); 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2007); 252.232-710 LEVIES ON CONTRACT PAYMENTS, 252.247-7023 ALTERNATE III.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/054f3c79aa306aa04d6ec6e26a3e7b54)
 
Place of Performance
Address: DUGWAY, UT 84022
Zip Code: 84022-5000
 
Record
SN02046679-W 20100123/100121235135-054f3c79aa306aa04d6ec6e26a3e7b54 (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.