Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

63 -- Traffic Equipment

Notice Date
5/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2021 Club Road, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
00100399725
 
Response Due
5/25/2011
 
Archive Date
11/21/2011
 
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 00100399725 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 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 334290 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 2011-05-25 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Bliss, TX 79916 The U.S. Army ACC MICC Fort Bliss requires the following items, Meet or Exceed, to the following: LI 001, Mini Light Bar that can provide warning for four linear LED (Light-emitting diode) panels; mounted on a chassis to provide stability and to include magnetic mounts; flash patterns selectable via internal jumpers; to include a power cord minimum 8 in. and a cigar plug. The light bar shall be SAE compliant., 4, EA; LI 002, Electronic Safety Beacon Kit to include eight LED red beacons, eight universal cone adapters and eight weight adapters that are heavy enough to keep the beacons stationary when landing helicopters. Cone adapters shall have the ability to be screwed into weight bases or placed in the top of the cone opening to raise light visibility off the gound; beacons to be waterproof and crush resistant with a 2-year warranty. Kit shall include bag for storage., 6, EA; LI 003, Collapsible 18" Cones; constructed of orange waterproof nylon, to include internal LED light with two settings; with the capability of collapsing flat for easy storage; must meed MUTCD Standards. To include water-proof nylong bag., 32, EA; LI 004, Traffic Vest Brand Name or Equal to Galls 207 Enforcer Zip-n-Rip breakaway traffic vest; shall be made of flexible and comfortable material, 3M reflective comfort trim; adjustable sides; must meet ANSI/ISEA 207-2006 for Public Safety Vests., 16, EA; LI 005, Storm Protective Cases; shall be made of Ultra-high Impact copolymer polypropylene, brand name or equal to 1620 Pelican case with 4 level Pick N Pluck convoluted formed lid, polyurethane wheels with stainless steel bearing, watertight 0-ring seal stainless steel hardware with padlock protectors; compliant with airline, commercial, US government, industrial and military standards. Dimensions: min. 22L x 17W x 10H inches and max. of 29L x 24W x 13.85H inches; shall include a lifetime guarantee., 2, EA; LI 006, Traffic Sign Stands,Rubber Base to be pre-drilled for mounting 12 x 18 up to 48 x 48 parking or stop signs, the stand shall be at least 6 ft in height, to include all of the mounting hardware( two 5/16 screws, two nuts and two washers), 48, EA; LI 007, Traffic Paddles; sign shall be 18 and octagonal in shape, red base with the word STOP in white letters on both sides, the handles shall be at least 12 in length., 4, 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, U.S. Army ACC MICC Fort Bliss 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. U.S. Army ACC MICC Fort Bliss 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. 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. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - 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): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33. Also, DFARS Clauses: 252.204-3, 252.204-7004 Alt. A, 252.232-7003, 252.232-7010, and 252.212-7001 paragraph (b): 252.225-7001, and 252.247-7023 Alt III. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. ARMY ELECTRONIC INVOICING INSTRUCTIONS (Feb 2006) Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [XX] Wide Area Workflow (WAWF) (see instructions below) [ ] Web Invoicing System (WInS) (https://ecweb.dfas.mil) [ ] American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats (http://www.X12.org and http://www.dfas.mil/ecedi) [ ] Other (please specify)________________________________________________________________ WAWF is the preferred method to electronically process vendor request for payment. This application allows DoD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten calendar days after award of this contract/order. WAWF Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) 1-800-553-0527 or faxed to 1-877-575-3332. Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. TYPE OF DOCUMENT [ ] Commercial Item Financing [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [ X ] Invoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) [ ] Performance Based Payment (Government Only) [ ] Progress Payment (Government Only) [ ] Cost Voucher (Government Only) [ ] Receiving Report (Government Only) [ ] Receiving Report with Unique Identification (*UID) Data (Government Only) *UID is a new globally unique part identifier containing data elements used to track DOD parts through their life cycle. [ ] Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W911SG ADMIN BY DODAAC: W911SG INSPECT BY DODAAC: ACCEPT BY DODAAC: SHIP TO DODAAC: LOCAL PROCESSING OFFICE DODAAC: N/A PAYMENT OFFICE FISCAL STATION CODE: EMAIL POINTS OF CONTACT: INSPECTOR: ACCEPTOR: same RECEIVING OFFICE POC: same CONTRACT ADMINISTRATOR: Flor Sanchez at flor.sanchez@us.army.mil CONTRACTING OFFICER: ADDITIONAL CONTACT: N/A Local Clause 5152.233-4000, 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46d916a341d874bcbe7f8ced11f6e302)
 
Place of Performance
Address: Fort Bliss, TX 79916
Zip Code: 79916-6812
 
Record
SN02452556-W 20110521/110519234908-46d916a341d874bcbe7f8ced11f6e302 (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.