Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
MODIFICATION

56 -- FORT SILL TARGET COFFINS

Notice Date
9/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
MICC - Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L11T0183
 
Response Due
9/16/2011
 
Archive Date
11/15/2011
 
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
AMENDMENT 0001 1. The purpose of this amendment is to post Contractor Questions and Answers. 2. Contractor Questions and Answers have been posted as Attachment 02. 3.All other terms and conditions remain unchanged. Contracting Officer: Shari L. Greggs Phone: 580-442-3316 Email: shari.l.greggs.civ@mail.mil ACTION CODE: Combined Synopsis/Solicitation Notice CLASS CODE: 5610 NAICS CODE: 327390 SUBJECT: Target Coffins SET-ASIDE CODE: 100 % Small Business CLOSING DATE: 16 September 2011 SOLICITATION NUMBER:W9124L-11-T-0183 Submission of quotes shall be forwarded by September 16, 2011, 4:00 P.M. CDT using either facsimile at (580) 442-8014 or email addam.c.tate.civ@mail.mil AND shari.l.greggs.civ@mail.mil. The points of contact for this acquisition are Contract Specialist, Mr. Addam Tate (580) 442-5555, or Contracting Officer, Ms. Shari Greggs (580) 442-3316. (A.) This is a combined synopsis/solicitation for commercial supplies 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. (B.) This Solicitation is a Request for Quotes (RFQ) for Target Coffins in accordance with the Contract Line Item Numbers (CLINs) and attached drawings. (C.) Current CCR/ORCA Registration is Mandatory. Payment will be made through Wide Area Work Flow (WAWF), therefore, your quote should reflect this method of payment. (D.) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-53, Effective 4 August 2011. (E.) This requirement is solicited as 100% Small Business Set-aside. The associated NAICS code is 327390 and size standard is 500 employees. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. (F.) BID SCHEDULE: Please provide quotes in the spaces below for the following CLIN(s): CLIN 0001: QTY: 30, UNIT: Each; STATIONARY ARMOR TARGET (SAT) COFFIN Concrete Stationary Armor Targets System (SATS): The dimension for concrete SAT coffin is 90" x 96" x 48" with 6" walls and floor. See attached diagram and photographs (ATTACHMENT 1 to Solicitation). Unit Price: $__________; Total amount of CLIN: $__________ CLIN 0002: QTY: 146, UNIT: Each; STATIONARY INFANTRY TARGET (SIT) COFFIN Concrete Stationary Infantry Targets System (SITS): The dimension for concrete SIT coffin is 54" x 51" x 21" with 6" walls and floor. See attached diagram and photographs (ATTACHMENT 1 to Solicitation). Unit Price: $__________; Total amount of CLIN: $__________ (G.) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.202-1 Definitions, FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, FAR 52.204-7 Central Contractor Registration, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-14 Limits on Subcontracting, FAR 52.247-34 F.O.B. Destination. DFAR 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFAR 252.204-7003 Control of Government Personnel Work Product, DFAR 252.204-7004 ALT A Required Central Contractor Registration, DFAR 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, DFAR 252.211-7003 Alt 1 Item Identification and Valuation, DFAR 252.232-7010 Levies on Contract Payments, and DFAR 252.243-7001 Pricing of Contract Modifications. (H.) The following clauses in FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders are clauses applicable to this acquisition: The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-6, 52.204-10, 52.209-6, 52.209-10, 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, 52.222-40, 52.222-54, 52.223-18, 52.225-13, and 52.232-33. (I.) The following clause is incorporated with websites: FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated website: http://farsite.hill.af.mil. (J.) The following DFARS clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002, and 252.247-7023. (K.) The following provisions apply to this acquisition and are incorporated by reference: 52.212-1 Instructions of Offerors-Commercial Items, 252.209-7001 Disclosure of Ownership or 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. (L.) The following provisions apply to this acquisition and are incorporated by full text: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items*, FAR 52.252-1 Solicitation Provisions Incorporated by Reference. *FAR 52.212-3 in ORCA (orca.bpn.gov) shall be completed by the offeror, and included in the proposal submission. (M.) AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concems 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 concems 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-Ievel 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) (N.) 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) (O.) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: 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 0.5 mile). Entrance to Apache Gate is on the left (south). 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. 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. 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. 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:Will be provided at time of award. Issued By: W9124L Ship To:Will be provided at time of award. Acceptance By: Will be provided at time of award. 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: Will be provided at time of award. ACCEPTOR EMAIL:Will be provided at time of award. 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. 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 Shari L. Greggs (KO) at email shari.l.greggs.civ@mail.mil Clarifications and/or questions are due by 4:00 p.m. CDT 9 September 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. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotations/proposals/bids cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes/proposals/bids will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e634eb9cf7710e0d72b408c85c2129c)
 
Place of Performance
Address: MICC - Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02571467-W 20110914/110912235019-5e634eb9cf7710e0d72b408c85c2129c (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.