Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

W -- Shower Heads with Trailers and Sinks

Notice Date
1/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
CPT Oh, Ft. Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
NTC-11-04-JO0005
 
Response Due
1/27/2011
 
Archive Date
7/26/2011
 
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
Total Small Business
 
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 NTC-11-04-JO0005 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 2005-48. The associated North American Industrial Classification System (NAICS) code for this procurement is 332998 with a small business size standard of 750.00 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 2011-01-27 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The USA ACC MICC Fort Irwin requires the following items, Meet or Exceed, to the following: LI 001, Request Specification: Deliver to RENO. Shower heads with trailers and sinks for Rotation 11-04. Period of Performance: 7 Feb 18 Feb 11. The contractor shall coordinate with the Contracting Officers Representative (COR) at each site to assure placement at correct locations. See SOW for POC of delivery time and location. The contractor will provide the requested number of shower heads with trailers and sinks for each Forward Operating Base (FOB), as outlined in this Statement of Work (SOW). These shower heads with trailers will be delivered and ready for use per the period of performance. The quantities per FOB are listed in 1.0. The contractor should provide enough shower units to provide the required number of shower heads. Each shower facility shall have a power generation source (generator). Each shower facility shall have lighting to allow personnel to see adequately while showering, washing, and shaving during limited natural light hours. There shall be external lighting on the shower facility to allow for safe movement into and from the shower facility. Each shower facility shall have hot and cold running water and proper lighting. Power generation is essential. The contractor must provide maintenance to the power generation as well as the shower facility internal operation and controls. See SOW for quantity per location and details., 10, EA; LI 002, Request Specification: Deliver to FOB KING. Period of Performance: 10 Feb 26 Feb 11. See the item 1 and SOW for details., 20, EA; LI 003, Request Specification: Deliver to FOB DALLAS. Period of Performance: 10 Feb 26 Feb 11. See the item 1 and SOW for details., 10, EA; LI 004, Request Specification: Deliver to FOB SEATTLE. Period of Performance: 10 Feb 26 Feb 11. See the item 1 and SOW for details., 10, EA; LI 005, Request Specification: Deliver to FOB MIAMI. Period of Performance: 10 Feb 26 Feb 11. See the item 1 and SOW for details., 10, EA; LI 006, Request Specification: Deliver to ABAR LAYLA. Period of Performance: 10 Feb 26 Feb 11. See the item 1 and SOW for details., 10, EA; LI 007, Request Specification: Deliver to FOB DENVER. Period of Performance: 10 Feb 26 Feb 11. See the item 1 and SOW for details., 20, 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 Irwin 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 Irwin 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. 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. Delivery must be made within 3 day or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 3 - required to make delivery after it receives a purchase order from the buyer. 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 Conditions Required To Implement Statutes or Executive 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, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 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 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 (CCR) 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. The Government reserves the right to vary quantities by +/- 30% due to operational requirements and to make multiple awards to meet said requirements. Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov The Government intends to award to the responsible offerors whose offers conforming to the solicitation that will be the most advantageous to the Government based upon LOWEST PRICED TECHNICALLY ACCEPTABLE. PAST PERFORMANCE WILL BE EVALUATED AS PART OF THE TECHNICAL ACCEPTABILITY. The selected Offeror must comply with the following: FAR 52.232-18 Availability of Funds: Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Submittal of Contractor Claims will be contingent on the Inspection/ Acceptance of Contracted Equipment and/or Services, prior to start and completion (i.e. Pre/Post Joint Inspection). Inspection and Acceptance is considered proper only if the Receiving Officer or Authorized Representative at the respective delivery point shall conduct a joint inspection with the vendor representative for condition, quality, quantity count, and final acceptance of supplies/services delivered under proposed purchase order with date and legible signatures from both parties. As identified in Question Submission, "questions not received in a reasonable time prior to close of the solicitation may not be considered" are defined FOR THIS SOLICITATION as: THE CUTOFF TIME FOR RECEIPT OF QUESTIONS REGARDING THIS SOLICITATION IS 14:00 PST, ON 26 JANUARY 2011. ALL QUESTIONS RECEIVED AFTER THIS DATE AND TIME MAY NOT BE RESPONDED TO IN TIME FOR OFFEROR TO SUBMIT AN EDUCATED QUOTE. DO NOT WAIT FOR YOUR COLLECTIVE QUESTIONS REGARDING THIS SOLICITATION. New or in good condition- initial acceptance will be at the discretion of the acceptor during the delivery. All items required must be fully functional, present, and compatible as required by the SOW. Contracting Officer can be reached at 760-380-9263.Contract Officer Representative (COR) can be reached at 760-380-9263. The contractor shall coordinate with the Contracting Officer Representative (COR) on the placement of the equipment. The contractor and the COR must fill out pre- and post-inspection sheets verifying that items have been delivered and are operational per the contract. Both parties must stand by until the inspections are completed. Equipment may be require to be relocated within the same general location. Contractor shall remove all contracted/leased equipment from the specified locations within 48 hours after the period of performance ends. Should contracted/leased equipment remain in place beyond 48 hours, the Government is not liable for usage, theft, lost, damages, or replacement cost due to contractor's negligence to take possession of owned items. If for some reason the contractor is unable to pick-up the equipment, please notify the Contracting Specialist and/or Contracting Officer in writing of when you will remove your equipment. All pre- and post-inspection/acceptance sheets must be provided to the Contracting Specialist and/or Contracting Officer. If a claim is submitted, it will require the joint inspection pre-and post-inspection/acceptance sheets to accompany the claim form. Both must be provided to the Contracting Officer at the time of claim submission. The pre-and post-inspection/acceptance sheets must only be signed by the authorized receiving representative that is indicated in the contract. Inspection/acceptance sheets must be signed and dated. Both parties names must be printed legible and signed. If a claim is submitted without the pre-and post-inspection/acceptance sheets, the claim is subject to be denied. In the event of a decrease in number of item for a certain time frame, contractor can elect to leave original number in place in lieu of making multiple delivery and pick-ups by location. Coordination would be done through the COR. If equipment is left in place, there can be no additional charge to the government for unused equipment during times of decreased requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/efcd2fc2c4c85ad371a09c74afaee587)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02365663-W 20110127/110125234057-efcd2fc2c4c85ad371a09c74afaee587 (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.