Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
MODIFICATION

70 -- Furnish and Install Audio Visual Equipment

Notice Date
9/21/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
Warehouse, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
0010076158
 
Response Due
9/21/2011
 
Archive Date
3/19/2012
 
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 0010076158 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 334310 with a small business size standard of 750.00 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 2011-09-21 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort McCoy, WI 54656 The U.S. Army ACC ARCC NORTH requires the following items, Brand Name or Equal, to the following: LI 001, PANASONIC 65 INCH PLASMA MONITOR: COMMERCIAL-RATED PLASMA 1080P, 100,000 HOUR SERVICE LIFE, 2, EA; LI 002, FLAT PANEL MOUNT: PEERLESS FLAT PANEL MOUNT CANTILEVER, DOUBLE-ARM, BLACK, 2, EA; LI 003, FLAT PANEL INSTALLATION, 2, EA; LI 004, ELECTRICAL OUTLET INSTALLATION: TO BE PERFORMED BY LICENSED ELECTRICIAN, 2, EA; LI 005, VGA INTERCONNECT CABLE 25 FOOT, 1, EA; LI 006, VGA INTERCONNECT CABLE 75 FOOT, 1, EA; LI 007, VGA SPLITTER 1X2, 1, EA; LI 008, REMOUNT CUSTOMER-OWNED BOSE SPEAKERS AND REWIRE TO A.M.S. SPEC, 2, EA; LI 009, WIREMOLD FOR WIRE CONCEALMENT, 1, EA; LI 010, WIRELESS COMPUTING AES ENCRYPTED RF WIRELESS KEYBOARD AND MOUSE, 1, EA; LI 011, LOGITECH PROFESSIONAL PRESENTER W/SLIDESHOW CONTROLS, LASER POINTER, 100 FOOT RANGE, 1, EA; LI 012, MIDDLEATLANTIC RACK SYSTEM 21U CAPACITY, LOCKING FRONT DOOR CASTERS SHELVING, 1, EA; LI 013, RACK-MOUNT EXISTING EQUIPMENT, REWIRE TO A.M.S. SPEC., CALIBRATE TEST, 1, EA; LI 014, INTERCONNECT CABLES, 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 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. FAR Provisions 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. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. Representations and Certifications -Commercial Items. FAR Clauses The selected Offeror must comply with the following FAR Clauses; 52.212-4 Contract Terms and Conditions-- Commercial Items, 52.204-7 CENTRAL CONTRACTOR REGISTRATION. The following FAR clauses are applicable under 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government's Interest WhenSubcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-19, Child Labor--Cooperation with Authorities and Remedies, 52.222-21, Prohibition ofSegregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE,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. DFARS Clauses The selected Offeror must comply with the following DFARS Clauses; 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, 252.225-7002 Qualifying Country Sources As Subcontractors,252.227-7000 Non-estoppel, 252.232-7010 Levies on Contract Payments, 252.211-7003 ITEM IDENTIFICATION AND VALUATION, 252.212-7000 OFFEROR REPRESENTATIONS ANDCERTIFICATIONS- COMMERCIAL ITEMS, The following DFARS clauses are applicable under252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OREXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL; 252.203-7000,Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.247-7023, Transportation of Supplies by Sea Alternate III (MAY 2002) of 252.247-7023. 252.225-7000 252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE, 252.225-7035 BUY AMERICAN ACT--FREE TRADE AGREEMENT --BALANCE OF PAYMENTS PROGRAM CERTIFICATE, 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS. The full text of a FAR/DFAR provision or 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. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid 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 FAR 52.211-6, Brand Name or Equal; Sellers offering equivalent products shall submit supporting documentation for each equivalent product offered. Sellers should submit this documentation immediately following the submission of a bid. However, all Sellers shall submit their documentation not later than one (1) hour following the closing date and time of the Buy. Sellers can either attach this documentation to their bid using the Seller Attachments feature or send it to FedBid via email (Clientservices@fedbid.com) for transmission to the Buyer. FAILURE to provide the requested information within the specified time period may determine the Seller to be NON-RESPONSIVE.The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Small Business Set Aside NAICS Code and Size Standard: 334310, 750 Employees. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. Sellers offering equivalent products shall submit supporting documentation for each equivalent product offered.? Sellers should submit this documentation immediately following the submission of a bid.? However, all Sellers shall submit their documentation not later than one (1) hour following the closing date and time of the Buy.? Sellers can either attach this documentation to their bid using the Seller Attachments feature or send it to FedBid via email (Clientservices@fedbid.com) for transmission to the Buyer. ?FAILURE to provide the requested information within the specified time period may determine the Seller to be NON-RESPONSIVE. 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 (HQ), Army Materiel Command (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 (GAO) 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 HQ 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 Materiel CommandOffice of Command Counsel4400 Martin RoadRm: A6SE040.001 Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to:Headquarters U.S. Army Materiel CommandOffice of Command Counsel4400 Martin RoadRm: A6SE040.001 Redstone Arsenal, AL 35898-5000Fax: (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 HQ AMC-Level Protest Procedures. (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) The RAPIDGate Program enables electronic verification of identity and access privileges at Fort M c C o y ? s access control points (ACPs), thereby improving security and streamlining access to the installation. Access Privilege Management: Companies choosing to participate in the RAPIDGate Program will have streamlined access onto the installation. Participants will have access through all gates that size permits (Main Gate, Gate 5, Gate 15 and Gate 20) and will only be subject to RANDOM vehicle inspections. At the Main Gate RAPIDGate participants will be able to utilize either lane, enabling fast access onto the installation through that gate. Companies choosing not to participate in the RAPIDGate Program will be required to access the installation through the Main Gate, utilizing the commercial lane only. To enter the installation a pass isrequired for each person. Currently the maximum pass period is 30 days. Effective December 1, 2010, maximum day pass will be reduced to 14 days and on April 1, 2011 only a one day pass will be issued. To obtain a pass, you will be required to go to Vehicle Registration at the Welcome Center, show identification(i.e. driver?s license), vehicle registration, proof of insurance, contract award letter and/or bill of lading to obtain a pass to the installation. NO PASSES WILL BE ISSUED AT THE GATE. Vehicle Registration hours are Monday ? Friday 7:30a.m. ? 4:00p.m. Significant delays may result from choosing to access the installation by obtaining a one day pass. In which The Government will not be held responsible for any access delays. Contractor may not at any time request consideration as a result of choosing to access the installation using the day pass process. Enrollment/Registration: Companies that service Fort McCoy may enroll in theRAPIDGate Program by calling 1-877-RAPIDGate (1-877-727-4342). The Program will confirm with the installation that the company has legitimate business on the installation. Once the company has enrolled, its employees can register at the self-service Registration Station located at the Fort McCoy Welcome Center.The RAPIDGate Program confirms the individual?s employment status with the company, and then performs identity authentication and background screening. Employees who qualify are issued a personalized RAPIDGate ID Badge. The Program performs background screening on a regular basis to verify continuedeligibility in the Program. Questions about the Fort McCoy RAPIDGate Program should be addressed to info@rapidgate.com with the subject line RE: RAPIDGate Program, or to the Physical Security Branch, Directorate of Emergency Services at 608-388-4694.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71e3a16be25468d781641773400911b5)
 
Place of Performance
Address: Fort McCoy, WI 54656
Zip Code: 54656
 
Record
SN02587108-W 20110923/110922001100-71e3a16be25468d781641773400911b5 (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.