Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

J -- Chiller Maintenance, Postwide, Fort Campbell, Kentucky

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Fort Campbell DOC, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124810B0003
 
Response Due
5/18/2010
 
Archive Date
7/17/2010
 
Point of Contact
SaLonda M. Ozier, 270-798-7810
 
E-Mail Address
Fort Campbell DOC
(salonda.m.ozier@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Restrictions: Solicitation Number W91248-10-B-0100 is issued as an Invitation for Bid IFB. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, dated 22 April 2010. NAICS is 811310; business size is $7.0 Million; acquisition is 100% set-aside for Small Business Concerns. A Public Bid Opening will be held on the opening date; electronic or facsimile bids ARE NOT authorized. A site visit is scheduled for 07 May 2010 at 10:00 AM CST, Building 2172, 13 Street, Fort Campell, Kentucky Description of Items Requested: A Base Year and Two Option Periods is Contemplated. See Bid Schedule at https://doc.campbell.army.mil. Offers are due not later than 18 May 2010: 2:00 PM CST. All responsible concerns may submit a bid that will be considered by this agency. The complete Statement of Work and associated documents can be downloaded at https://doc.campbell.army.mil under subject Solicitation number. The following provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors Commercial Jan 2005; 52.214-10, Contract Award Sealed Bidding Jul 1990, 52.212-4, Contract Terms and Conditions Commercial Items Feb 2007; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Jun 2007, the following apply under this clause: 52.203-6, Restrictions on Subcontractor Sales to the Government Sep 2006; 52.219-8, Utilization of Small Business Concerns May 2004; 52.219-14, Limitations on Subcontracting Dec 1996; 52.219-6, Notice of Total Small Business Set-aside June 2003; 52.219-28, Post Award Small Business Program Representation June 2007; 52.222-3, Convict Labor Jun 2003; 52.222-21, Prohibition of Segregated Facilities Feb 1999; 52.222-26, Equal Opportunity Mar 2007; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep 2006; 52.222-36, Affirmative Action for Workers with Disabilities Jun 1998; 52.222.37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans Sep 2006; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees Dec 2004; 52.222-41, Service Contract Act of 1965 July 2005; 52.222-42, Statement of Equivalent Rates for Federal Hires May 1989 with fill-in as Maintenance Machinist Non-Supervisory, WG-10, $22.69 and Maintenance Machinist Supervisory $30.67 plus fringe benefits; 52.222.43, Fair Labor Standards Act and Service Contract Act Price Adjustment Multiple Year and Option Contracts Nov 2006; 52.222-50, Combat in Trafficking in Persons August 2007; 52.222-54, Employment Eligibility Verification; 52.228-5, InsuranceWork on a Government Installation Jan 1997 see following Schedule of Insurance following this synopsis; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration Oct. 2003; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items Apr 2007, the following apply under this clause: 52.203-3, Gratuities Apr 1984; 252.232-7003, Electronic Submission of Payment Requests Mar 2007; 252.243-7002, Request for Equitable Adjustment Mar 1998. Other applicable contracts are incorporated as an addendum: 52.217-8, Option to Extend Services Nov 1999, fill-ins are 6 months and 30 calendar days; 52.217-9, Option to Extend the Term of the Contract Mar 2000, fill-ins are 30 calendar days, 60 calendar days, and Three 3 years; 52,216-18, Ordering Oct 1995 with the following fill-in: Exact 12 Month Period of Performance will be stated at Contract Award. 52.216-19, Order Limitation Oct 1995 This clause applies to all line items 0003 and 0004 and its subclins. Paragraph a: Minimum order is $500.00; Paragraph b1: Maximum Order for a single item is $2000.00; Paragraph b2: Maximum Order for a combination of orders is $6000.00; Paragraph b 3: A series of orders from the same ordering office within ten 10 days; Paragraph d: The contractor shall honor any order exceeding the maximum order limitation unless returned to the ordering office within 5 days after issuance. 52.216-21, Requirements Oct 1995, Alt I This clause applies to Line Items 0003 and 0004 fill-in is as follow: Paragraph f Three 3 Years. 52.232-19, Availability of Funds for the Next Fiscal Year Apr 1984, fill-ins are 30 September 2010; 52.237-1, Site Visit April 1984; a site visit is scheduled for 07 May 2010 at 10:00 AM CST, Building 2172, 13 Street, Fort Campbell, Kentucky. Other contract clauses and provisions applicable to this solicitation are 5152.209-4000, DOD Level I Antiterrorism AT Standards Feb 2009 and Contractor Manpower Reporting; these provisions/clauses are contained herein in full text. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items Nov 2006 and 252.212-7000, Offeror Representation and Certification Commercial Items Jun 2005 shall be submitted with the quotation; Access the Directorate of Contracting website at https://doc.campbell.army.mil/ to review the Statement of Work SOW. One award will be made to the offeror who is found to be the lowest priced responsible & responsive bidder who submits the lowest overall price for the base and all option periods. Facsimile or Electronic bids ARE NOT acceptable; mailing address is Directorate of Contracting, 13 Street, Building 2176, Fort Campbell, Kentucky, 42223. Pursuant to Federal Acquisition Regulation FAR Part 9, prior to contract award, bidders may be required to submit information as to their ability to meet the requirement of the contract. Such information may include providing information concerning financial resources, information showing the ability to comply with delivery or performance schedules, information showing a satisfactory performance record, and information showing necessary organizational experience, technical skills, etc to perform the work identified in the Statement of Work SOW and compliance with Contract Clause 52.219-6, Notice of Total Small Business Set-aside June 2003 and 52.219-14, Limitation on Subcontracting Dec 1996. All contractors must be registered in the Department of Defense Contractor Registration CCR database prior to any contract award. NOTE THAT ANY AMENDMENTS MUST BE ACKNOWLEDGED BY BIDDERS; THIS CAN BE DONE BY SIMPLY STATING THAT ALL AMENDMENTS HAVE BEEN ACCESSED, READ, AND UNDERSTOOD. Any questions concerning this acquisition can be directed to Angela Jacobs 270 798-7562; angela.jacobs@us.army.mil or Gertrude A. Colbert 270 798-7566; gertrude.colbert@us.army.mil SCHEDULE OF INSURANCE: a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below: Workmen's Compensation and Employer's Liability Insurance$100,000.00 General Liability Insurance for Bodily Injury Liability: Minimum Per Occurrence $500,000.00 Automobile Liability Insurance: Minimum Per Person $200,000.00 Minimum Per Occurrence for Bodily Injury $500,000.00 Minimum Per Occurrence for Property Damage $20,000.00 b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective 1 for such period as the laws of the State in which this contract is to be performed or prescribed 2 until 30 days after the insurer or the Contractor give written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of the clause entitled Insurance - Work on a Government Installation FAR 52.228-5, in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above. Contractor Manpower Reporting The Office of the Assistant Secretary of the Army Manpower & Reserve Affairs operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower including subcontractors manpower required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officers Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours including subcontractor; f. Estimated direct labor dollars paid this reporting period including subcontractors; g. Total payments including subcontractors; h. Predominant Federal Service Code FSC reflecting services provided by Contractor and separate predominant FSC for each subcontractor if different; i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code UIC for the Army Requiring Activity the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information; k. Locations where Contractor and subcontractors perform the work specified by zip code in the United states and nearest city, county, when in an oversea location, using standardized nomenclature provided on website; l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor employees deployed in theater this reporting period by country. As part of its submission, the Contractor will also provide the estimated total cost if any incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 5152.209-4000DOD LEVEL I ANTITERRORISM AT STANDARDS FEB 2009 LOCAL CLAUSE 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 systems 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 certificates 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 names 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/04922ce82c132f295e2300ddb8ea0f25)
 
Place of Performance
Address: Fort Campbell DOC Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
Zip Code: 42223-1100
 
Record
SN02135085-W 20100430/100428235517-04922ce82c132f295e2300ddb8ea0f25 (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.