Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

71 -- Fort Meade Garrison Office Moves

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
4550 Parade Field Lane, Fort Meade, MD 20755
 
ZIP Code
20755
 
Solicitation Number
W23A7C01691000
 
Response Due
8/30/2010
 
Archive Date
2/26/2011
 
Point of Contact
Name: Christopher Long, Title: Contract Specialist, Phone: 301-677-5152, Fax: 301-677-2509
 
E-Mail Address
christopher.s.long2@us.army.mil;
 
Small Business Set-Aside
HUBZone
 
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 W23A7C01691000 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 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 484110 with a small business size standard of $25.50M. This requirement is a [ Total HUB-Zone ] 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 2010-08-30 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACC MICC Fort Meade requires the following items, Exact Match Only, to the following: LI 001, SEE ATTACHMENT FOR EACH LINE ITEM., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Meade 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 ACC MICC Fort Meade 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. Bid MUST be good for 30 calendar days after close of Buy. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) (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 Officer's 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 payments requests. (End of clause) SEE ATTACHMENT. OFFICE MOVEPERFORMANCE WORK STATEMENT 1. GENERAL REQUIREMENTS: 1.1. SCOPE OF WORK. Upon notification of the Transportation office, the Contractor shall conduct a pre-move survey which will consist of physical inspection of the pick-up and delivery area(s) and a written estimate provided to the Transportation Officer for approval. The contractor shall conduct a pre-move survey NLT 72-hour prior to the requested movement date, and submit a cost estimate for approval NLT 48-hours prior to the move. Any failure to meet this standard more than once a month, may, at the governments option, be determined a rejection of the order and the Government has a right to seek another contractor to perform the move. Continued failure to meet this standard may result in a termination for default 1.2. All items packed will be labeled by the Agency/Employee with the employees name and/or room number at new destination. All electrical equipment, i.e. printers, typewriters, adding machines, and computers, will be disconnected and reconnected by requesting agency. 1.3. The Contractor shall provide moving trucks sized appropriately to accomplish the move requested with site conditions of move locations taken into consideration. The Contractor shall provide the proper moving equipment to include but not limited to: dollies, hand trucks, cradles, loading ramps, rigging and trucks as required. 1.4. The Contractor shall protect corridor walls, corner protectors, and flooring. Special care must be taken to protect the interior and outside facing of elevators. The Contractor shall provide labor and tools to disassemble furniture, detach/unbolt writing boards, pictures, shelving, etc, prior to the move and to reinstall at the new site. 1.5. The Contractor shall transport office equipment such as but not limited to: typewriters, computers, monitors, calculators, file cabinets, furniture, on carts designed to carry such equipment in padded cardboard bins as required to protect the equipment. 1.6. The Contractor shall keep the work area in an uncluttered condition by the frequent removal of debris. Upon completion and prior to final acceptance of a project, the Contractor shall leave the area free of debris. THE FOLLOWING IS A LIST OF ITEMS TO BE MOVED UNDER THIS CONTRACT DURING A 12 MONTH PERIOD.HUTCHCREDENZACOMPUTER DESKTOPBOXES 18X18X12BOXES 22X18X12BOXES 10X12X15OFFICE EQUIPMENTDESKCHAIRS (ROTARY)CHAIRS (STATIONARY)MISC. ITEMS (OVER10LBS)MISC ITEMS (UNDER 10LBS)CONFERENCE TABLEFILE CABINETS M(LATERAL)FILE CABINETS (UPRIGHT)LONG CARRY OVER 75FTFLIGHT CARRY W/O ELEVATORWORKSTATION 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 33.10. 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) SEE ATTACHMENT. SEE ATTACHMENT ALL OFFERORS MUST PROVIDE A COPY OF THEIR CURRENT HUBZONE CERTIFICATION AND SBA REPRESENTATIVE CONTACT INFORMATION (name, email, mailing address, & telephone number).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/37ab2bf8c951175f45541e975a8b8874)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02252252-W 20100826/100824234942-37ab2bf8c951175f45541e975a8b8874 (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.