Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
MODIFICATION

71 -- TACTICAL OPERATIONS CENTER (TOC)

Notice Date
9/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
MICC - Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-11-T-0192
 
Response Due
9/20/2011
 
Archive Date
11/19/2011
 
Point of Contact
Mae Snyder, 580-442-8895
 
E-Mail Address
MICC - Fort Sill
(mae.l.snyder@us.army.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION NOTICE: CONTRACTING OFFICER: Amber K. VanHoozer, Contract Specialist: Mae Snyder (I)This is a combined synopsis/solicitation for commercial items 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. (II)This Solicitation W9124L-11-T-0192 is a Request for Quote (RFQ) for a Tactical Operations Center (TOC) in accordance with the Government's requirement. (III)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53, effective August 4, 2011. (IV)This is set aside for Econoically Disadvataged Woman Owned Small Business and the associated NAICS code is238990, size standard is $14 Million. CLIN 0001 - B3 Table Arrangement - See attachments for detailed description. 1 each X $____________ = $____________ CLIN 0002 - D2 Table Arrangement - See attachments for detailed description. 2 each X $____________ = $____________ CLIN 0003 - B1 Table Arrangement - See attachments for detailed description. 4 each X $____________ = $____________ CLIN 0004 - Modified T8 Frameset - See attachments for detailed description. 1 each X $____________ = $____________ CLIN 0005 - 60" LED Monitor 1080/240HZ - See attachments for detailed description. 4 each X $____________ = $____________ CLIN 0006 - 3 Time Zone 4 Digit 24 Hour 1.8" Clock - See attachments for detailed description. 3 each X $____________ = $____________ CLIN 0007 - Ruggedized Tactical Transit Case - See attachments for detailed description. 2 each X $____________ = $____________ CLIN 0008 - A 7000 Series 36" X 7.2" LED Display - See attachments for detailed description. 1 each X $____________ = $____________ CLIN 0009 - Modified T6 Frameset - See attachments for detailed description. 3 each X $____________ = $____________ CLIN 0010 - 46" LED Monitor-1080P 24HZ - See attachments for detailed description. 9 each X $____________ = $____________ CLIN 0011 - Rugged Transit Case 46" Monitor - See attachments for detailed description. 3 each X $____________ = $____________ CLIN 0012 - Shipping and Handling - See attachments for detailed description. 1 each X $____________ = $____________ (V) The requirement shall be FFP. (VI)The following clause applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors--Commercial items. The following provision is being added as an Addendum: FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. (VII)REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. i. Offerors are to provide a copy of their Offeror Representations and Certifications-Commercial Items. ii. The following clauses apply to this acquisition: FAR 52.202-1 -- Definitions, FAR 52.204 4 -- Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-7 -- Central Contractor Registration, FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel. FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.222-36 Levies on Contract Payments, FAR 52.247-34 -- F.o.b. - Destination. The following DFAR clauses apply to this acquisition: DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights, DFARS 252.204-7003 -- Control of Government Personnel Work Product. 252.204-7004 -- Alternate A, Central Contractor Registration. 252.209-7004 -- Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country, DFARS 252.211-7003 --Item Identification and Valuation. 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications. i.. The following clauses will be incorporated into award in full text FAR 52.215-5, 52.252-2, 252.212-7001, 252.232-7003. Full full text these clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil ii.The following clause is applicable to this acquisition: FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.219-29, 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, 52.232-33. iii.The following clauses are applicable to this acquisition: DFAR 252.212-7001. The following DFAR clauses within the aforementioned clause are selected as applicable:52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.232-7010, 252.243-7002, and 252.247-7023. iv. In addition, the following DFAR clauses apply to this acquisition: DFARS Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following provisions will be incorporated into this solicitation by reference: 52.212-1-Instructions of Offerors - Commercial Items, 52.212-2 -. Clauses Incorporated by Reference (Feb 1998) 52.212-3 Offeror Representation and Certifications-Commercial Items. 52.252-1 Solicitation Provisions IBR,. 252.209-7001-Disclosure of Ownership of Control by the Government of a Terrorist Country. 252.212-7000-Offeror Representations and Certification-Commercial Items. 252.225-7031-Secondary Arab Boycott of Israel. v.The following provisions will be incorporated into his solicitation by reference: 52.252-1-Solicitation Policitation Provisions Incorporated by Reference (FEB 1998), DFARS 252.209-7001 - Disclosure of Ownership of 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. vi.AMC AGENCY LEVEL PROTEST PROCEDURES 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 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-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. (End of Provision) vii.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) (VIII)CLARIFICATIONS AND ADDITIONAL REQUIREMENTS 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 mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. 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. 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. In accordance with FAR Clause 52.232-33 33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (OCT 2003) the following are instructions for invoice submissions. 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:HQ0490 Issued By: W9124L Ship To:W81C97 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: Daphne MitchellWright ACCEPTOR EMAIL:daphne.c.mitchellwright@us.army.mil SPECIALIST EMAIL:mae.l.snyder@us.army.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. SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. 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. 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. (IX)Submission of quotes shall be forwarded by 20 September 2011, 4:00 P.M. CST using either facsimile at (580) 442-8014 or email mae.l.snyder@us.army.mil AND amber.vanhoozer@us.army.mil (X)The points of contact for this acquisition are Contract Specialist, Ms. Mae Snyder (580) 442-8895, or Contracting Officer, Ms. Amber VanHoozer (580) 442-3424.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/badf57f76e2cb71f8e76ce007447206b)
 
Place of Performance
Address: MICC - Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02573624-W 20110915/110913235649-badf57f76e2cb71f8e76ce007447206b (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.