Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

J -- Maintenance of HVACs

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1001 761st Tank Bn Avenue, Fort Hood, TX 76544
 
ZIP Code
76544
 
Solicitation Number
W91151-11-T-0352
 
Response Due
9/12/2011
 
Archive Date
3/10/2012
 
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
AMENDMENT NOTICE: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 W91151-11-T-0352 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 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 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 2011-09-12 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Hood, TX 76544 The U.S. Army ACC MICC Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, This is a Firm-Fixed requirement for scheduled maintenance per Technical Exhibit A included in the Statement of Objectives. The contractor shall provide all labor, equipment, supplies, transportation, tools, materials, supervision, and other items necessary to perform scheduled maintenance of the HVAC units at the Tent City, North Fort Hood, TX. See Technical Exhibit A, included in this statement of objectives (SOO) for Listing of HVAC Units and Serial Numbers to be serviced under this contract. The contractor shall perform to the standards and specifications in this contract. Period of Performance is 19 September 2011 through 18 September 2012. NOTE: THE GOVERNMENT INTENDS TO PROVIDE A NOT TO EXCEED CLIN 0004 ON THE AWARD DOCUMENT TO REIMBURSE THE CONTRACTOR FOR PARTS AND MATERIALS PURCHASED FOR SCHEDULED MAINTENANCE, EMERGENCIES AND AFTER HOUR ELECTRICAL REPAIRS TO INCLUDE ELECTRICAL PARTS., 12, MONTHS; LI 002, Labor for Emergencies and After-Hour electrical repairs provided by the Contractor in accordance with the Statement of Objectives. Period of Performance is 19 September 2011 through 18 september 2012. NOTE: THE CONTRACTOR IS REQUIRED TO PROPOSE AN HOURLY RATE FOR THIS REQUIREMENT. THIS WILL BE A NOT TO EXCEED LINE ITEM FOR THE PERIOD OF PERFORMANCE. THE CONTRACTOR SHALL REQUEST PRIOR APPROVAL FROM THE CONTRACTING OFFICER FOR ANY ADDITIONAL LABOR HOURS FOR THIS LINE ITEM., 24, HOURS; LI 003, CONTRACTOR MANPOWER REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes:(1) Contracting Office, Contracting Officer, Contracting Officer?s Technical Representative;(2) Contract number, including task and delivery order number;(3) Beginning and ending dates covered by reporting period;(4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data;(5) Estimated direct labor hours (including sub-contractors);(6) Estimated direct labor dollars paid this reporting period (including sub-contractors);(7) Total payments (including sub-contractors);(8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different);(9) Estimated data collection cost;(10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information);(11) Location(s) where the contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website);(12) Presence of deployment or contingency contract language:(13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country); As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor?s system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site., 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 Hood 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 Hood 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. In responding to this solicitation/request for quote, you must provide the manufacturer's name and part numbers AND salient characteristics of the items you are proposing to sell to the Government. Whether the solicitation/request for quote contains a Brand Name or Equal evaluation criteria OR a meet or exceed evaluation criteria, the information requested must be physically written into the seller's bid specification block. Salient characteristics are defined as "pronounced features of anitem that identify it describe its size and composition, functional intent, and/or operational capabilities or limits." When researching product capabilities, you must, as a minimum, respond with feature for feature comparisons in order for your product to be technically evaluated for sufficiency.Responses such as "bidding exact match", "as specified", or cutting and pasting the Government's specification information into the seller's bid specification block are not acceptable responses. Offerors who respond in any of the three examples directly above will be eliminated from the competition without consideration of their offer/bid.If you are bidding the same product as is being requested, your seller bid specification should indicate: "Bidding on Manufacturer (Insert Name) and Part Number (Insert Number). If you are bidding on an "or equal" or a "meet or exceed" basis, your seller bid specification should indicate: Bidding on Manufacturer (Insert Name) and Part Number (Insert Number), containing the following salient characteristics (insert salient characteristics). If your bid response does not contain all of the required information called out in this notice, your bid will be determined nonresponsive and will not be considered for award. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is 811310 with the related size standard of $7,000,000.00. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in ORCA and the vendor must be actively registered in that NAICS at the time of closing to be considered for award of any resulting contract. Failure to be properly registered at the time and date of closing will render the quote non-responsive. Fedbid is a mechanism used by this office to solicit for common usecommercial items in accordance with FAR 13.5. Fedbid is NOT a forum forfiling protests against the Government. Attempts to file protests throughFedbid will not be considered legitimate as they do not conform to therequirements in the Federal Acquisition Regulation (FAR). It is preferablethat disputes and protests be resolved as quickly as possible at the lowestlevel possible before considering the more formal process described below.Interested parties wishing to file an agency protest directly with theContracting Officer responsible for this acquisition should review theprocedures at FAR Part 33 and send your protest to Carolyn Wardell,Contracting Officer, at carolyn.wardell@us.army.mil. Interested parties wishing to file an agency protest must abide by theprovisions in FAR Part 33, Protests, Disputes, and Appeals. The HQ,AMC-Level Protest Program is intended to encourage interested parties toseek resolution of their concerns within AMC, as an Alternate DisputeResolution forum, rather than filing a protest with the GovernmentAccountability Office (GAO) or other external forum. Contract award orperformance is suspended during the protest to the same extent, and withinthe same time periods, as if filed at the GAO. The AMC protest decision goalis 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 youwant to file a protest under the AMC-Level Protest Program, the protest mustrequest resolution under that program and be sent to the address below. Allother agency-level protests should be sent to the contracting officer forresolution. The address for filing a protest directly with AMC is: HQ ArmyMaterial Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 FtBelvoir, VA 22060-5527; Facsimile number (703) 806-8866 or 8875. Packagessent Federal Express or UPS should be addressed to: HQ Army Material CommandOffice of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA22060-5527. The AMC-Level Protest procedures are found at:http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is notavailable, contact the HQ, AMC to obtain the AMC-Level Protest procedures. 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 https://www.acquisition.gov/far/. The Contractor shall NOT make partial line item shipments against any resulting purchase order/contract issued as a result of this solicitation; e.g., if a line item on the contract reads - Computer, 10 each, the contractor shall NOT ship 3 computers on one shipment and 7 computers on a second shipment. Failure to adhere to this requirement will result in invoices being rejected in WAWF and/or a delay in payment for non-conforming shipped quantities. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Proposed responders must submit any questions concerning this solicitation before 7 Sep 11, (1300 CST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) See attached applicable clauses Bid MUST be good for 30 days after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c50a67f8d1f33490e16e2e9de7e8a338)
 
Place of Performance
Address: Fort Hood, TX 76544
Zip Code: 76544
 
Record
SN02567351-W 20110910/110909000201-c50a67f8d1f33490e16e2e9de7e8a338 (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.