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
SOLICITATION NOTICE

99 -- Sign, Digital, Display

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
ACA SOUTHERN REGION FT POLK CONTRACTING, FORT POLK, LA 71459
 
ZIP Code
71459
 
Solicitation Number
0010066465
 
Response Due
9/12/2011
 
Archive Date
3/10/2012
 
Point of Contact
Name: Evonne Hogue, Title: PURCHASING AGENT, Phone: 3375314236, Fax: 3375318369
 
E-Mail Address
bonnie.hogue1@us.army.mil;
 
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 0010066465 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 339950 with a small business size standard of 500.00 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 2011-09-12 17:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT POLK, LA 71459 The U.S. Army ACC MICC Fort Polk requires the following items, Brand Name or Equal, to the following: LI 001, Sign, Digital, Display - 137L x 72W (IN), A portable trailer mounted intermediate (four feet by eight feet) standard arrow board size, full matrix, all LED changeable message sign that is fully programmable. Capable of displaying messages in either alphanumeric text or symbolic graphic representation and has the capability of retaining in memory preprogrammed and user-generated messages, MUTCD Part VI construction signs, and all arrow board functions. The trailer mounted configuration affords an enhanced autonomy due to the solar charging of the battery power supply and the capability of optional remote operation. Sign may be equipped with an optional radar feature to serve in a traffic calming capacity, through the display of actual vehicle speeds. REQUIRED OPTIONS: Color:Orange, Hitch:2" Ball Hitch. Manufacture - American Signal Company, Model AMS30064700 (CMS-GP432T Advantage) or EQUAL., 5, 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 Polk 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 Polk 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. 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, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999).52.222-26, Equal Opportunity (APR 2002) (E.O. 11246). 52.222-35 Equal opportunity for special Disabled veterans, verterans of the Vietnam Era, and others eligible veterans (Sep 2006) (38 U.S.C.4212). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.22-37 Employemtn Report on Special Disabled Veterans, Veterans of the Vietnam Era, and others eligible veterans (Sep 2006) (38 U.S.C.4212). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. 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. 252.212-7001 Contract Terms and conditions 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227). 52.203-3 Gratuities; 252.225-7001; 252.247-7023 Buy American Act and Balance of Payments Programs, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631), Alternate III (MAY 2002) of 252.247-7023. 52-000-4000 PACKAGING AND MARKING AND 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005) 52.000-4058 ALTERNATIVE DISPUTE RESOLUTION (ADR) NOTICE; 52.000-4087 ADMINISTRATIVE CONTRACTING OFFICE 52.204-7 Central Contractor Registration JUL 2006; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A NOV 2003 New equipment ONLY, NO remanufactured products Bid MUST be good for 30 days. FOB Destination CONUS (CONtinental U.S.) No Partial shipments unless otherwise specified a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using one of the electronic forms provided for in paragraph (b) of this clause. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests using one of the following electronic forms: (1) Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA). Information regarding WAWF-RA is available on the Internet at https://wawf.eb.mil. (2) Web Invoicing System (WInS). Information regarding WInS is available on the Internet at https://ecweb.dfas.mil. (3) American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats. (i) Information regarding EDI formats is available on the Internet at http://www.X12.org. (ii) EDI implementation guides are available on the Internet at http://www.dod.mil/dfas/. (4) Another electronic form authorized by the Contracting Officer. (c) If the Contractor is unable to submit a payment request in electronic form, or DoD is unable to receive a payment request in electronic form, the Contractor shall submit the payment request using a method mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. (d) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005) (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-- (1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including-- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total ALTERNATE DISPUTES RESOLUTIONIn furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public Law 101-552 and FAR Clause 52.233-1, Subparagraph (d) (2) (1) (B) (2), the Contracting Officer will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements of the ADR Act. EMERGENCY MEDICAL TREATMENTEmergency medical treatment will be provided by the Bayne-Jones Army Community Hospital in order to prevent undue suffering or loss of life. Emergencies will be treated only during the period of emergency and appropriate action will be taken to discharge or transfer such patients as soon as the emergency period ends. Charges for medical care will be at the prevailing rate and at the Contractor's expense. COMPLIANCE WITH REGULATIONSThe Contractor and Contractor employees shall comply with all applicable Post regulations promulgated by the Commanding General, Fort Polk, LA, as well as all applicable Federal and State safety laws and security regulations. Applicable Post regulations including, but not limited to, fire, safety, sanitation, security, and firearms or other lethal weapons, will be made available to the Contractor upon request. It is the responsibility of ALL bidders to obtain any attachments from FedBid. All attachments are incorporated into this solicitation. ALL BIDS MUST BE SUBMITTED THROUGH FEDBID. Bidder SHALL furnish specifications for item they are bidding if it is considered "EQUAL" to the brand name being requested. Failure to furnish specifications for EQUAL item bid could result in the bid being REJECTED and NOT considered. NO QUESTIONS CONCERING THIS SOLICITATION WILL BE ACCEPTED AFTER 1:00 PM (CST) FRIDAY 9 SEPTEMBER 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/28a35df6645194ce95b7dccea7cc0dd5)
 
Place of Performance
Address: FORT POLK, LA 71459
Zip Code: 71459
 
Record
SN02568532-W 20110910/110909001619-28a35df6645194ce95b7dccea7cc0dd5 (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.