Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
MODIFICATION

X -- PRIVATELY OWNED VEHICLE (POV) STORAGE

Notice Date
6/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
MICC - Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L11R0008
 
Response Due
6/21/2011
 
Archive Date
8/20/2011
 
Point of Contact
Addam Tate, 580-442-5555
 
E-Mail Address
MICC - Fort Sill
(addam.tate@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION NOTICE: CONTRACTING OFFICER: Lisa G. Slagle, Contract Specialist: Addam Tate (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (II)This Solicitation W9124L-11-R-0008 is a Request for Quote (RFQ) for Privately Owned Vehicle Storage (POV Storage) in accordance with the Government's requirement. (III)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-52, effective May 31, 2011. (IV)This is set aside 100% for Small Business and the associated NAICS code is 493190, size standard is $25.5 Million. CLIN 0001 Storage of POV Base Year - Period 1 July 2011 to 30 June 2012: Non-personal service to perform Vehicle Processing Center (VPC): and Storage Facility services for Privately Owned Vehicles (POV): average number to be around 45 vehicles. All fees, not involving claims to be included on a per car basis: If Contractor is in possession of a stored vehicle during a given month within the period of performance, charges will apply. Daily charge per vehicle shall include: Intake and Inspection of Vehicle, Storage, Maintenance, and Return Vehicle (include inspection) to customer. 1 each vehicle X 1 day = $____________ CLIN 0002 Contract Manpower Report due no later than 31 October 2011 for the period of performance 1 July 2011 to 30 September 2011. 1 report yearly = $_____________ CLIN 1001 Storage of POV: Option Year 1. Period 1 July 2012 to 30 June 2013: Non-personal service to perform Vehicle Processing Center (VPC): and Storage Facility services for Privately Owned Vehicles (POV): average number to be around 45 vehicles. All fees, not involving claims to be included on a per car basis: If Contractor is in possession of a stored vehicle during a given month within the period of performance, charges will apply. Daily charge per vehicle shall include: Intake and Inspection of Vehicle, Storage, Maintenance, and Return Vehicle (include inspection) to customer. 1 each vehicle X 1 day = $____________ CLIN 1002 Contract Manpower Report due no later than 31 October 2012 for the period of performance 1 October 2011 to 30 September 2012. 1 report yearly = $_____________ CLIN 2001 Storage of POV: Option Year 2. Period 1 July 2013 to 30 June 2014: Non-personal service to perform Vehicle Processing Center (VPC): and Storage Facility services for Privately Owned Vehicles (POV): average number to be around 45 vehicles. All fees, not involving claims to be included on a per car basis: If Contractor is in possession of a stored vehicle during a given month within the period of performance, charges will apply. Daily charge per vehicle shall include: Intake and Inspection of Vehicle, Storage, Maintenance, and Return Vehicle (include inspection) to customer. 1 each vehicle X 1 day = $____________ CLIN 2002 Contract Manpower Report due no later than 31 October 2013 for the period of performance 1 October 2012 to 30 September 2013. 1 report yearly = $_____________ CLIN 3001 Storage of POV: Option Year 3. Period 1 July 2014 to 30 June 2015: Non-personal service to perform Vehicle Processing Center (VPC): and Storage Facility services for Privately Owned Vehicles (POV): average number to be around 45 vehicles. All fees, not involving claims to be included on a per car basis: If Contractor is in possession of a stored vehicle during a given month within the period of performance, charges will apply. Daily charge per vehicle shall include: Intake and Inspection of Vehicle, Storage, Maintenance, and Return Vehicle (include inspection) to customer. 1 each vehicle X 1 day = $____________ CLIN 3002 Contract Manpower Report due no later than 31 October 2014 for the period of performance 1 October 2013 to 30 September 2014. 1 report yearly = $_____________ CLIN 4001Storage of POV: Option Year 4. Period 1 July 2015 to 30 June 2016: Non-personal service to perform Vehicle Processing Center (VPC): and Storage Facility services for Privately Owned Vehicles (POV): average number to be around 45 vehicles. All fees, not involving claims to be included on a per car basis: If Contractor is in possession of a stored vehicle during a given month within the period of performance, charges will apply. Daily charge per vehicle shall include: Intake and Inspection of Vehicle, Storage, Maintenance, and Return Vehicle (include inspection) to customer. 1 each vehicle X 1 day = $____________ CLIN 4002 Contract Manpower Report due no later than 31 October 2015 for the period of performance 1 October 2014 to 30 September 2015. 1 report yearly = $_____________ CLIN 4003 Contract Manpower Report due no later than 31 October 2016 for the period of performance 1 October 2015 to 30 June 2016. 1 report yearly = $_____________ (V) The requirement shall be FFP. (VI)The following clause applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors--Commercial items. The following provision is being added as an Addendum: FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. (VII)REGULATIONS 1. The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. i.Offerors are to provide a copy of their Offeror Representations and Certifications-Commercial Items. The following clauses apply to this acquisition: FAR 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. 52.204-7 -- Central Contractor Registration. 52.204-9 -- Personal Identity Verification of Contractor Personnel. 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.222-36 -- Affirmative Action for Workers With Disabilities, 52.228-5 -- Insurance -- Work on a Government Installation. The following DFAR clauses apply to this acquisition: 252.201-7000 -- Contracting Officer's Representative. 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights. 252.204-7003 -- Control of Government Personnel Work Product. 252.204-7004 -- Alternate A, Central Contractor Registration. 252.209-7004 -- Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. 252.211-7003 --Item Identification and Valuation. 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 -- Levies on Contract Payments. 2. The following clauses will be incorporated into award in full text 52.215-5, 52.252-2, 252.212-7001. Full text these clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil i.The following clause is applicable to this acquisition: FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43. 3. The following clauses are applicable to this acquisition: DFARS 252.212-7001. The following DFARS clauses within the aforementioned clause are selected as applicable:52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.232-7010, 252.243-7002, and 252.247-7023. i. In addition, the following DFARS clauses apply to this acquisition: DFARS Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 4.The following provisions will be incorporated into his solicitation by reference: 52.212-1 - Instructions of Offerors - Commercial Items, 52.252-1-Solicitation Provisions Incorporated by Reference (FEB 1998), DFARS 252.209-7001 - Disclosure of Ownership of Control by the Government of a Terrorist Country. 252.212-7000 --- Offeror Representations and Certifications - Commercial Items., 252.225-7031 - Secondary Arab Boycott of Israel. Addendum to FAR Clause 52.212-1. The following addendum is included and hereby made part of FAR Provision 52.212-1: (a) All offerors are required to submit a proposal with, as a minimum, the content specified herein. Proposals without the specified minimum content may be judged unacceptable and risk not being considered for award. Proposals submitted shall not exceed seven (7) pages in length, excluding the Representations and Certifications referenced in FAR Provision 52.212-3 (See Item (b)1. below). (b) Each proposal shall consist of the following information: 5.Solicitation Documents, consisting of the following: one completed original of the Combined Synopsis/Solicitation duly executed by an official authorized to contractually bind the offeror; one completed bid schedule (pricing); Acknowledgment of all solicitation amendments; and one completed representations and certifications (FAR Clause 52.212-3) AND one copy of the offeror's Online Representations and Certifications (ORCA); and 6.Mission Capability proposal information. The mission capability proposal information shall contain the following information: (i). Functional Knowledge. Offerors shall demonstrate an expert background in the following, not limited to in-processing, inspecting, transporting, storage, safety, security and out-processing of vehicles to customers or an authorized agent acting on their behalf in. of vehicles to customers or an authorized agent acting on their behalf in accordance with the Performance Work Statement (PWS). Expert background is defined as a minimum of one (1) year experience. Offerors shall describe background and experience with storage and vehicles by the detailed relationship of the experience to each task area. 7.Past Performance Information. The offeror shall describe its past performance on similar contracts held within the last three (3) years which are of similar scope, magnitude, or complexity to that which is contained in this solicitation. The offeror shall provide a description of the work, dollar value, and period of performance. The offeror shall provide documentation, such as quality awards, certifications, customer satisfaction surveys, letters from current and/or former clients, etc. that are indicative of the level of experience in storing vehicles. Failure to submit the information required herein may result in an offeror receiving a higher risk rating, or an unknown risk rating. The government may use past performance information obtained from other than those sources identified by the offeror and the information obtained will be used for both the responsibility determination and the determination of acceptability. NOTE: Offerors will be afforded the opportunity to respond to any negative comments received during past performance evaluation except for those already addressed by the contractor (i.e. response to contract discrepancy notices, cure notices, show cause notices, etc). An offeror showing no relevant past performance relating to this request for proposal will not be evaluated favorably or unfavorably, but will receive an unknown risk rating. 8.The price proposal shall be completed using the CLIN (bid) schedule enclosed in the solicitation (as indicated in 1 above). Failure to propose a price for all CLINS will render the proposal unacceptable and the proposal will be rejected. 9.The following provision applies to this acquisition and is incorporated by full text: FAR 52.212-2, EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: See Addendum Below (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 10.ADDENDUM TO FAR Clause 52.212-2. The following addendum is included and hereby made part of FAR Clause 52.212-2. (a) Basis for Award 1. The government will award a contract to the responsible offeror(s) whose proposal, conforming to the RFP, will be most advantageous to the Government considering price and technical factors stated in this RFP. Failure to propose a price for all CLINs will render the proposal unacceptable and the proposal will be rejected. Evaluation factors upon which award will be based, are set forth below. (b) Evaluation Approach 2.The Government will evaluate each proposal by employing the lowest price technically acceptable method. The written proposal, in conjunction with the on-site evaluation, will be used to assess evaluation factor ratings. 3.All proposals will be subjected to an initial screening by the Contracting Officer to determine whether proposals are complete before being evaluated as detailed below. Proposals that are considered substantively incomplete after initial screening shall be rejected and offerors will be notified they are no longer eligible for further consideration. Offerors are advised that unsupported promises to comply with contractual requirements will not be sufficient. Additionally, a proposal that is unreasonable or incomplete in terms of price will not be considered for award. 4.The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary. Discussions, if any, will be conducted in accordance with FAR 15.306 and final offers will be evaluated in the same manner and against the same criteria as were initial offers. (c) Evaluation Factors for Award. Proposals submitted in response to the solicitation will be evaluated based upon the following factors: Price, Past performance, and Mission Capability. The Mission Capability and Past Performance factors are equal in importance and when combined are less important than the Price factor. 1. Mission Capability. Under Mission Capability the following elements will be evaluated: The distance from Fort Sill, Ok to the storage facility, the facility and the facility being rodent free and security of vehicles. These elements will be evaluated together for acceptability in the Mission Capability area. The Mission Capability factor will receive one of the following adjectival ratings: ACCEPTABLE - Proposal clearly meets the minimum requirements of the solicitation (See Note below). UNACCEPTABLE - Proposal does not clearly meet the minimum requirements of the solicitation. 2. Past Performance. Under Past Performance the following elements will be evaluated: Experience in facilities capable of storage and minor maintenance of deployed soldiers' POVs. The Past Performance Factor will receive one of the adjectival ratings: ACCEPTABLE - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown (See Note below). UNACCEPTABLE - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOTE: No record of past performance will result in an acceptable rating. Offerors shall submit only past performance relevant to the requirements set forth in this solicitation. A proposal receiving an Unacceptable rating in this area will NOT be eligible for award. 5.Price. Price will be evaluated for reasonableness IAW FAR 15.403-1(c)(1). Award will be made to the responsible offeror whose proposal offers the lowest price, technically acceptable proposal. 11.52.216-1 TYPE OF CONTRACT. The Government anticipates to award a Firm Fixed Price contract resulting from this solicitation. 12.(M.) The following provisions apply to this acquisition and are incorporated by full text: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, and FAR 52.252-1 Solicitation Provisions IBR. FAR 52.212-3 shall be completed by the offeror, and included in the proposal submission. 13.AMC AGENCY LEVEL PROTEST PROCEDURES 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 General Accounting 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 33.103. 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 Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. 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) 14.DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) a. Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. b. In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. c. Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) NONDISPLACEMENT OF QUALIFIED WORKERS (a) Consistent with the efficient performance of this contract, the contractor and its subcontractors shall, except as otherwise provided herein, in good faith offer those employees (other than managerial and supervisory employees) employed under the predecessor contract whose employment will be terminated as a result of award of this contract or the expiration of the contract under which the employees were hired, a right of first refusal of employment under this contract in positions for which employees are qualified. The contractor and its subcontractors shall determine the number of employees necessary for efficient performance of this contract and may elect to employ fewer employees than the predecessor contractor employed in connection with performance of the work. Except as provided in paragraph (b) there shall be no employment opening under this contract, and the contractor and any subcontractors shall not offer employment under this contract, to any person prior to having complied fully with this obligation. The contractor and its subcontractors shall make an express offer of employment to each employee as provided herein and shall state the time within which the employee must accept such offer, but in no case shall the period within which the employee must accept the offer of employment be less than 10 days. (b) Notwithstanding the obligation under paragraph (a) above, the contractor and any subcontractors (1) may employ under this contract any employee who has worked for the contractor or subcontractor for at least 3 months immediately preceding the commencement of this contract and who would otherwise face lay-off or discharge, (2) are not required to offer a right of first refusal to any employee(s) of the predecessor contractor who are not service employees within the meaning of the Service Contract Act of 1965, as amended, 41 U.S.C. 357(b), and (3) are not required to offer a right of first refusal to any employee(s) of the predecessor contractor whom the contractor or any of its subcontractors reasonably believes, based on the particular employee's past performance, has failed to perform suitably on the job. (c) In accordance with Federal Acquisition Regulation 52.222-41(n), the contractor shall, not less than 10 days before completion of this contract, furnish the Contracting Officer a certified list of the names of all service employees working under this contract and its subcontracts during the last month of contract performance. The list shall also contain anniversary dates of employment of each service employee under this contract and its predecessor contracts either with the current or predecessor contractors or their subcontractors. The Contracting Officer will provide the list to the successor contractor, and the list shall be provided on request to employees or their representatives. (d) If it is determined, pursuant to regulations issued by the Secretary of Labor (Secretary), that the contractor or its subcontractors are not in compliance with the requirements of this clause or any regulation or order of the Secretary, appropriate sanctions may be imposed and remedies invoked against the contractor or its subcontractors, as provided in Executive Order (No.) --------------, the regulations, and relevant orders of the Secretary, or as otherwise provided by law. (e) In every subcontract entered into in order to perform services under this contract, the contractor will include provisions that ensure that each subcontractor will honor the requirements of paragraphs (a) through (b) with respect to the employees of a predecessor subcontractor or subcontractors working under this contract, as well as of a predecessor contractor and its subcontractors. The subcontract shall also include provisions to ensure that the subcontractor will provide the contractor with the information about the employees of the subcontractor needed by the contractor to comply with paragraph 5(c), above. The contractor will take such action with respect to any such subcontract as may be directed by the Secretary as a means of enforcing such provisions, including the imposition of sanctions for non-compliance: provided, however, that if the contractor, as a result of such direction, becomes involved in litigation with a subcontractor, or is threatened with such involvement, the contractor may request that the United States enter into such litigation to protect the interests of the United States. (VIII)CLARIFICATIONS AND ADDITIONAL REQUIREMENTS APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. In accordance with FAR Clause 52.232-33 33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT 2003) the following are instructions for invoice submissions. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (Combo) type. DO NOT USE: The Fast Pay Option Use the following DoDAAC's when providing invoices and receiving reports. Administered By:W9124L Payment Official:HQ0490 Issued By: W9124L Ship To:W91WZ7 NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: Mike Dauzy ACCEPTOR EMAIL:michael.p.dauzy.civ@mail.mil SPECIALIST EMAIL:addam.c.tate.civ@mail.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractor's employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Addam Tate at addam.c.tate.civ@mail.mil AND Lisa G. Slagle (KO) at email lisa.g.slagle.civ@mail.mil Clarifications and/or questions are due June 15, 2011 Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls, email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. (VI)Submission of quotes shall be forwarded by 21 June 2011, 12:00 P.M. CDST using either facsimile at (580) 442-8014 or email addam.c.tate.civ@mail.mil AND lisa.g.slagle.civ@mail.mil. (VII)The points of contact for this acquisition are Contract Specialist, Mr. Addam Tate (580) 442-5555, or Contracting Officer, Ms. Lisa Slagle (580) 442-3653.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/127032245fb3375e6e9aed65a722457b)
 
Place of Performance
Address: MICC - Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02472067-W 20110616/110614234735-127032245fb3375e6e9aed65a722457b (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.