Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
MODIFICATION

V -- Mission Billeting 2010

Notice Date
9/16/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
EDT, Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
F3LPAA1201AA1
 
Response Due
9/22/2011
 
Archive Date
3/20/2012
 
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 F3LPAA1201AA1 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 488999 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 2011-09-22 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FORT BLISS, TX 79918 The U.S. Army ACC MICC Fort Bliss requires the following items, Meet or Exceed, to the following: LI 001, Billeting for up to 40 personnelVendor shall provide billeting for up to 40 personnel. Billeting area will include area for office/toc, latrines /showers, bunks, and capable of maintaining adequate quality of life in the Columbus, NM area. Facilities must be no greater than 30 minutes drive to the job site. the job site is off Rt 9, 24 miles west of the town of Columbus, NM., 43, EA; LI 002, facilitate meals to serve up to 40 personnelVendor shall provide adequate room / area to facilitate meals to serve up to 40 personnel, breakfast meals (0600-0630) and dinner meals (1900-2000) 7 days a week at Johnson Bunkhouse. Room will have tables, chairs or benches for seating, 44, EA; LI 003, Ice; provide 2-lbs of ice per day for each of up to 40 personnelVendor shall provide 2-lbs of ice per day for up to 40 personnel (@80lbs per day) to fill water coolers and ice chest at johnson bunkhouse. Ice will be crushed and can be in 20-lb or 40-lb bags. 40 per x 2 lb = 3,440 lbs of ice., 3440, EA; LI 004, Laundry service to wash/dry/fold clothing once per week for 40pplthe Columbus, NM area. Clothing items can include military uniforms and civilian clothing; however, the maximum amount of clothing per individual, per week will consist of no more tham 6 shirts, 6 pants, 6 pair of socks, 6 changes of undergarments, 1 washcloth and 1 towel. Vendor will pick-up / drop off laundry twice a week, (Wednesday / Friday) and require no more than two-day turn around. Vendor shall provide all supplies needed to wash / dry clothing.(40 wash loads (bags) per week x 7 weeks) = 280 wash loads, 280, EA; LI 005, Laundry service for bedding (sheets & pillow cases)Vendor shall provide laundry service to wash/dry and fold a total of 40 pillow cases and 80 sheets per week. Vendor will pick-up and drop off laundry twice a week. (Wednesday / Friday) and require no mre than a two-day turn around. Vendor shall provide all supplies needed to wash / dry bedding.(40 pillow cases + 80 bed sheets) = 120 items per week (6 bottom, 6 top and 6 pillow cases per washer load = 18 pieces per load) 7 washer loads per week x 7 weeks = 49 wash loads, 49, EA; LI 006, Porta-John units (stationary & mobile)Vendor shall supply and service five (5) each stationary "porta-john" units with two (2) each hand wash stations and two (2) each double trailer mounted units with wash station. All units shall be serviced twice per week. Units shall be delivered / picked up at an equipment staging site on the U.S./Mexico border, 22 miles west of Columbus, NM., 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 Bliss 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 Bliss 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery preferred within 10 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. 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/. FAR CLAUSE 52.232-18 AVAILABILITY OF FUNDS NEXT FISCAL YEAR WILL BE APPLIED PLACE ATTENTION TO PERIOD OF PERFROMANCE DATES: 11 OCTOBER 2011 - 23 NOVEMBER 2011 IN STATEMENT OF WORK
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1fbfd72eff6839703dedc9530d32127d)
 
Place of Performance
Address: FORT BLISS, TX 79918
Zip Code: 79918-8030
 
Record
SN02580428-W 20110918/110917000214-1fbfd72eff6839703dedc9530d32127d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.