Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

59 -- This is a combined synopsis/solicitation for commercial items that may result in multiple requirements contracts. This action is a 100% Full and Open Competition. Any resultant contract(s) shall be Firm, Fixed-Price.

Notice Date
4/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Tobyhanna Depot Contracting Office (CECOM-CC), ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard, Tobyhanna, PA 18466-5100
 
ZIP Code
18466-5100
 
Solicitation Number
W25G1V11R0023
 
Response Due
5/6/2011
 
Archive Date
7/5/2011
 
Point of Contact
Mark Buonomo, 5706159781
 
E-Mail Address
Tobyhanna Depot Contracting Office (CECOM-CC)
(mark.buonomo@us.army.mil)
 
Small Business Set-Aside
N/A
 
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. 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-48. NAICS Code is 335999, 500 employees size standard. Request for Proposal (RFP) W25G1V-11-R-0023 applies. This action is a 100% Full and Open Competition. Any resultant contract(s) shall be Firm, Fixed-Price. This solicitation may be amended at any time in order to incorporate additional requirements in the supply schedule located at Attachment II. Any resultant contract(s) may be modified in order to incorporate additional requirements in the supply schedule located at Attachment II. PROPOSAL SUBMISSION: The pricing shall be completed on the attached bid schedule at Attachment II. Offerors are not required to submit pricing for all items on the bid schedule. However, the percentage of total items quoted will be an evaluation factor in the award. All option years for items proposed must be completed in order to be considered for award. Defense Logistics Agency (DLA) is listed as a source of supply for a number of items located in the bid schedule found at Attachment II. This means that DLA is a recommended source for these items, not a mandatory source. SITE VISIT: Interested vendors are invited to attend a pre-proposal conference at Tobyhanna Army Depot, 11 Hap Arnold Blvd, Tobyhanna, PA on 26 April 2011. This pre-proposal conference gives potential offerors the chance to gain knowledge as well as provide input that would make it easier to offer a bid. It is strongly suggested that potential offerors attend this pre-proposal conference to discuss and understand the scope of work for this project (no more than two guests per company). Contractors are requested to notify the Contract Specialist, Mark Buonomo, 570-615-9781 or mark.buonomo@us.army.mil of intentions to attend the preproposal conference no later than 14 April 2011. TECHNICAL/CAPABILITY: The item(s) offered must be evaluated as providing or complying with all the requirements set forth the specification/statement-of-work. This evaluation will result in a determination of technical acceptability or unacceptability. Exceeding the technical requirements will not result in a more favorable evaluation. PAST PERFORMANCE: Offeror shall provide with their offer, Past Performance Information pertaining to three examples of recent, same or similar sales and services as this requirement, to include; customer name, phone number/e-mail, equipment and services supplied, dollar value of contract and required/actual delivery will be required. The examples shall have been performed within the past three years (3 yr). Award(s) will be made based on best value to the government. The Government may award multiple contracts resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award(s) may not necessarily be made to the vendor who submits the lowest priced proposal. BASIS FOR AWARD SEE FAR CLAUSE 52.212-2 EVALUATION OF COMMERICAL ITEMS, FOR EVALUATION FACTORS FOR AWARD (Provided at Attachment I) PROPOSAL REQUIREMENTS: The bid schedule at Attachment II shall be completed and submitted with offer to receive an award. The company shall be registered in the Central Contractor Registration (CCR) http://www.bpn.gov/. Parties interested in responding to RFP shall complete a Standard Form (SF) 1449 (available at http://www.forms.gov), blocks 5, 12, 17a, 17b, 19 thru 24,30a, and 30b; AND 30c. completed. The offer must be signed by a company official authorized to contractually bind the company. Proposals shall include the completed full text provision FAR 52.209-5 Certification Regarding Responsibility Matters. FAR 52.212-3 ALT 1 (Offeror Representations and Certifications-Commercial Items), completely filled out, as well as DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Full text clauses (FAR and DFARS) may be found at http://farsite.hill.af.mil or http://www.arnet.gov. Supporting documentation (i.e., Past Performance and Technical documentation); must be submitted with your offer in order for your offer to be considered (see Technical/Past Performance paragraph above regarding submission of technical documentation and examples of past performance). Completed SF1449 and other information must be sent electronically to; mark.buonomo@us.army.mil, or provided hard copy by the date specified for receipt of offers which is 06 May 2011. DO NOT FAX PROPOSALS. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered. APPLICABLE FAR, DFARS AND LOCAL CLAUSES: See Attachment I for all Applicable FAR, DFARS Clauses, and LOCAL CLAUSES applicable to this combined synopsis/solicitation and any resultant award(s). The offeror will be required in award to comply with TYAD local clauses for payment under 52.000-4956 Wide Area Workflow System, which will be included in any resultant contract. AMENDMENTS: Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are advised to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal. ANY QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED IN WRITING TO THE CONTRACT SPECIALIST, mark.buonomo@us.army.mil. THE QUESTIONS AND ANSWERS WILL BE PUBLISHED IN AN ADMENDMENT TO THIS SOLICITATION. ALL ATTACHMENTS TO THIS SOLICIATION ARE LISTED BELOW UNDER ADDITIONAL DOCUMENTATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3781a5b7d95f641d53636aa85fba023e)
 
Place of Performance
Address: Tobyhanna Depot Contracting Office (CECOM-CC) ATTN: AMSEL-TY-KO, 11 Hap Arnold Boulevard Tobyhanna PA
Zip Code: 18466-5100
 
Record
SN02415703-W 20110403/110401235057-3781a5b7d95f641d53636aa85fba023e (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.