Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2010 FBO #3233
MODIFICATION

D -- Training Analysis of Digital Applications

Notice Date
9/29/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
143 Crozier Street, White Sands Missile Range, NM 88002
 
ZIP Code
88002
 
Solicitation Number
W80A0C0130WS18
 
Response Due
8/18/2010
 
Archive Date
2/14/2011
 
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
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number W80A0C0130WS18. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 203381_01. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-08-18 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACC MICC White Sands Missile Range requires the following items, Meet or Exceed, to the following: LI 001, The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Connecting Soldiers to Digital Applications (CSDA) Training Effectiveness Analysis (TEA) as defined in this Performance Work Statement except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract, 1, EA; LI 002, First 6 month option period., 1, EA; LI 003, Second 6 month option period., 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 White Sands Missile Range 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. A Seller 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 White Sands Missile Range is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. No partial shipments are permitted unless specifically authorized at the time of award. The following FAR Clauses will apply to this solicitation: FAR 52.212-1 Instructions to Offerors; FAR 52.212-2; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. FAR 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items at website http://www.bpn.gov/orca. FAR 52.204-7 Central Contractor Registration. FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.219-25 Small Disadvantaged Business Participation Program Disadvantaged Status and Reporting. FAR 52.219-26 Small Disadvantaged Business Participation Program Incentive Subcontracting. FAR 52.222-26 Equal Opportunity, Alternate I. FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-41 Service Contract Act of 1965. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. FAR 52.222-43 Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts). FAR 52.222-44 Fair Labor Standards Act and Service Contract ActPrice Adjustment. FAR 52.223-15 Energy Efficiency in Energy-Consuming Products. FAR 52.223-16 IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.227-3 Patent Indemnity, Alternate II. FAR 52.227-18 Rights in DataExisting Works. FAR 52.227-19 Commercial Computer Software License. FAR 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration. FAR 52.232-33. FAR 52.239-1 Privacy or Security Safeguards. FAR 52.222-50 Combating Trafficking in Persons. DFARS 252.212-7001 Orders Applicable to Defense acquisitions of commercial items. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders. DFARS 252.219-7004 Small Business Subcontracting Plan (Test Program). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.227-7015 Technical Data--Commercial Items. DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate I. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov. What to Submit: Each potential source shall give a brief description of their capabilities to support the required service as provided in the Performance Work Statement/Quality Surveillance Plan, (with the knowledge that the Government may potentially modify or terminate all or part of the requirement prior to, during, or after award without incurring additional cost). This description should include a demonstration that the source: has adequate financial resources to perform the contract, or the ability to obtain them; be able to comply with the governments performance schedule, taking into consideration all existing commercial and governmental business commitments; has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting, operational controls, technical skills and equipment to perform. Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractors ability to successfully satisfy the base operations support services. Firms shall also provide point of contact information where available for the efforts cited above. All responses to this RFQ are limited to twelve pages. Contractor must be registered in CCR prior to any future award. To register your firm, please telephone CCR at 1-888-CCR-2423, or access their website at: https://www.bpn.gov/ccr/default.aspx. Funding is available for the base year; the two 6 month options are subject to availability of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a5d7a83670d2291caca76237e3b7252e)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02301757-W 20101001/100929235723-a5d7a83670d2291caca76237e3b7252e (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.