Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
MODIFICATION

40 -- Escalation - Force Kits

Notice Date
2/18/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
Building 5700 Room 380, Fort Rucker, AL 36362
 
ZIP Code
36362
 
Solicitation Number
W90NAX00140007_01
 
Response Due
2/26/2010
 
Archive Date
8/25/2010
 
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 W90NAX00140007_01 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 332618 with a small business size standard of 500.00 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 2010-02-26 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be CAMP SHELBY, MS 39407 The USA ACA Fort Rucker requires the following items, Brand Name or Equal, to the following: LI 001, RATCHET STRAPS, GRAINGER P/N #6A265, 75, EA; LI 002, CM SLING HOOK WITH LATCH, MUST BE COMPATIBLE WITH SHACKLE (BELOW) AND BE CAPABLE OF HOLDING THE TOE STRAP IN ORDER TO PULL HMMWV, CAPACITY: 13,000 LB; OR EQUAL, 100, EA; LI 003, ANCHOR SHACKLES, SIZE: 7/8, CAPACITY: 13,000 LB; GRAINGER P/N 2XY27 OR EQUAL, 100, EA; LI 004, MPI EMERGENCY STROBE LIGHT, P/N 5013ES OR EQUAL, 50, EA; LI 005, FREIGHT: MUST BE INCLUSIVE OF COMPLETE ORDER AND ITEMS MUST SHIP TOGETHER. QUOTE MUST INCLUDE LEAD TIME., 1, EA; For this solicitation, USA ACA Fort Rucker 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 Rucker 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 Army Electronic Invoicing Instructions (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [ X] Wide Area Workflow (WAWF) (see instructions below) WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) 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/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Rome at 800-553-0527 or faxed to 877-575-3332. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at https://myinvoice.csd.disa.mil/. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [check as appropriate] [ ] Commercial Item Financing[ ] Construction Invoice (Contractor Only)[ ] Invoice (Contractor Only) [ X] Invoice and receiving Report (COMBO)[ ] Invoice as 2-in-1 (Services only)[ ] Performance Based Payment (Government Only)[ ] Progress Payment (Government Only)[ ] Cost Voucher (Government Only)[ ] Receiving Report (Government Only)[ ] Receiving Report with Unique Identification (UID) Data (Government Only)UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle.[ ] Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W9124G ADMIN BY DODAAC: W9124G INSPECT BY DODAAC: W90NAX ACCEPT BY DODAAC: W90NAX SHIP TO DODAAC: W90NAX PAYMENT OFFICE FISCAL STATION CODE: HQ0302 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: thomas.b.case@usar.army.mil ACCEPTOR: thomas.b.case@usar.army.mil RECEIVING OFFICE POC: thomas.b.case@usar.army.mil CONTRACT ADMINISTRATOR: carrie.eastburn@us.army.mil CONTRACTING OFFICER: daphne.d.foster@conus.army.mil WOODEN PALLETS ALL WOODEN PALLETS, CONTAINER INTERIOR BLOCKING AND BRACING, AND WOOD CONTAINERS PRODUCED ENTIRELY OR IN PART OF NONMANUFACTURED WOOD SPECIES SHALL BE CONSTRUCTED OF WOOD HEAT TREATED (HT) TO A CORE TEMPERATURE OF 56 DEGREES CENTIGRADE FOR 30 MINUTES, CERTIFIED, AND MARKED ACCORDINGLY BY AN ACCREDITED AGENCY RECOGNIZED BY THE AMERICAN LUMBER STANDARDS COMMITTEE (ALSC) IN ACCORDANCE WITH THEIR NONMNAUFACTURED WOOD PACKING POLICY AND NONMANUFACTURED WOOD PACKING ENFORCEMENT REGULATIONS, BOTH DATED 30 MAY 2001. 52.204-6 -- Data Universal Numbering System (DUNS) Number.As prescribed in 4.607(a), insert the following provision: Data Universal Numbering System (DUNS) Number (Apr 2008) (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS or DUNS+4 followed by the DUNS number or DUNS+4 that identifies the offerors name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same concern. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (End of Provision) The selected Offeror must comply with the following Commercial Item Terms and Conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items: FAR 52.212-5, Contract Terms and Orders - Commercial Items, paragraph (a) and the following clauses in paragraph (b); 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 the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far The selected Offeror must comply with the following Commercial Item Terms and Conditions, which are incorporated herein by reference: FAR 52.211-6 -- BRAND NAME OR EQUAL; DFAR 252.203-7001, Prohibition on Persons convicted of Fraud or Other Defense - Contract - Contract Related Felonies. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ff7ebf0071d53680ecb73e06d4b2a934)
 
Place of Performance
Address: CAMP SHELBY, MS 39407
Zip Code: 39407
 
Record
SN02068187-W 20100220/100218234753-ff7ebf0071d53680ecb73e06d4b2a934 (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.