Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

W -- 4000SF Tent Rental - Fort Irwin, CA

Notice Date
7/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PO Box 105095, Fort Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
0010071450
 
Response Due
7/21/2011
 
Archive Date
1/17/2012
 
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 0010071450 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 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 532299 with a small business size standard of $7.00M.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 2011-07-21 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Irwin, CA 92310 The U.S. Army ACC MICC Fort Irwin requires the following items, Brand Name or Equal, to the following: LI 001, 4000SF TENT RENTAL/LEASE. Contractor to provide, deliver, and setup one (1) 4000SF tent Lease/Rental at National Training Center Fort Irwin, California Range 1. Period of Performance is 24 Jul 03 to 03 Aug 2011. This tent will be equipped with required equipment (i.e. generators to power lights and ample outlets)througout the tent; to include Heating Ventilation and Air Conditioning (HVAC) and the power generation to power them. The contractor shall be responsible for furnishing all materials, labor and equipment necessary to deliver, set-up, maintain, tear down, and remove leased equipment. The contractor shall provide 24 hour emergency repair and /or replacement services for the leased equipment including weekends and holidays. SEE SOW FOR ADDITIONAL INFORMATION., 1, EA; LI 002, CONTRACTOR MANPOWER REPORTING REQUIREMENT. In ACCORDANCE WITH Section H, CLAUSE 52.000-4029, Accounting for Contract Services -- Contractor Manpower Reporting, this line item is added as no cost unless otherwise specified. Should a cost be associated with this requirement complete the line item and submit with your initial proposal submission. https://cmra.army.mil/Login.aspx. Contractor is responsible for reporting their manhours on this website., 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, U.S. Army 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. U.S. Army 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. 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. 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, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The Period of Performance is 24 Jul 2011 to 03 Aug 2011. The government intends to evaluate offers and award a contract without discussions with offerors. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The Government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation that will be the most beneficial to the Governmentwith price being the basis of award. All line items must be priced. Any quote not in compliance will be considered unresponsive. Point of contact is don.roque@us.army.mil. Contracting Officer can be reached at 760-380-6100. Contract Officer Representative (COR) can be reached at 760-380-3948 or cell 314-600-1742 1Lt Braun. 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 required 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. All vehicles/generators must accept JP8 as a fuel source and shall be delivered full. Be advised that the Government will not be responsible for returning vehicles/generators with a full tank or pay to refuel the equipment at the end of the Period of Performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa1063ef972613e6cb425b92ca2ad221)
 
Place of Performance
Address: Fort Irwin, CA 92310
Zip Code: 92310-5001
 
Record
SN02502717-W 20110721/110720000101-fa1063ef972613e6cb425b92ca2ad221 (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.