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 -- Tanker Purge and Testing - Ogden, UT

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
,,
 
ZIP Code
00000
 
Solicitation Number
W911SA-11-T-0148
 
Response Due
9/16/2011
 
Archive Date
3/14/2012
 
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
N/A
 
Description
CANCELLATION 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 W911SA-11-T-0148 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 unrestricted 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 2011-09-16 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be, null null The U.S. Army ACC ARCC NORTH requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, The nonpersonal service to provide all labor, equipment, tools, supervision, materials and supplies and other items or services necessary to provide Complete Purging and testing of 7500 gallon Fuel Tankers Models M967A1, M967A2,& M969A1 IAW D.O.T standard and provide certification in accordance with the Performance Work Statement. Performance of work shall be done at the contractor's facility and the work site shall be within 60 miles of ECS 37, 968 West 400 North Ogden, UT 84404 per driving distance in Google maps. All one-hundred one(101) of the Tankers SHALL be completed NO LATER THAN 30 September 2011. The remaining eighty-one (81) of the tankers shall be completed by 30 Sep 2011., 101, EACH; LI 002, The nonpersonal service to provide all labor, equipment, tools, supervision, materials and supplies and other items or services necessary to provide DOT Testing IAW all applicalbe laws, codes and regulations and with the Performance Work Statement., 101, EACH; LI 003, Contract Manpower ReportingDO NOT PRICE THIS ITEM. COSTS SHOULD BE CAPTURED IN LINE ITEMS 001-002. CMR cost shall be incorporated in the prices/costs quoted by the contractor for performance of the contract work; there will not be separate pricing for compliance with CMR requirements. The contractor shall report ALL contractor manpower required for performance of this contract. If needed, please refer to the CMR users guide at the website provided in the Supplemental Information, to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is completed before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year., 1, NSP; 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 ARCC NORTH 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 ARCC NORTH 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. Unrestricted threshold $7M. NAICS Code and Size Standard: 811310. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. 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. If the prospective awardee for this request for quotes is not registered in the CCR database by close of solicitation, including the NAICS (identified in the Set Aside Requirements) under the Goods ? Services section, depending on mission requirements, the government reserves the right to proceed to award to the next otherwise successful registered offeror. Prospective contractors who have not completed electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database, shall complete and submit FAR 52.212-3 Alternative 1 and DFARS 252.212-7000 to be eligible to receive an award for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items, and 252.212-7000, Offeror Representations and Certifications - Commercial Items. 52.252-1, Solicitation Provisions Inc by Ref. The following FAR clauses are applicable under FAR 52.204-7, Central Contractor Registration, FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-commercial Items applies with the following applicable clauses in paragraph (b): 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.252-2, Clauses Incorporated by Reference. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFARS 252.201-7000, Contracting Officers Representative; 252.212-7001; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests; and 252.247-7023 ALT III, Transportation of Supplies by Sea. DFAS 252.204-7007, Alternate A, Annual Representations and Certifications; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7008, Export-Controlled Items ; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing Of Contract Modifications Quotes MUST be good for 90 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL The Contractor shall comply with all Federal, State, and Local Laws, codes and regulations applicable to his performance under this contract, and shall be solely responsible for all costs associated with said compliance. Other Terms and Conditions are identified in ATTACHMENT 1- Terms and Conditions, of this RFQ. 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: (i) price(ii)past performance Past performance is more important than price. Requirements for submission and information for evaluation is contained in ATTACHMENT 1- Terms and Conditions, of this RFQ 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 33.103. 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. Headquarters U.S. Army Material Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Facsimile number (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Material Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Facsimile number (256) 450-8840 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.Office 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. (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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/658f47e94a1968f79b2021d147832a12)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN02567413-W 20110910/110909000247-658f47e94a1968f79b2021d147832a12 (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.