Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

J -- Intoxilzyer Maint and Inspection Service

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1733 Pleaston Road, El Paso, TX 79916
 
ZIP Code
79916
 
Solicitation Number
2011-0010025092
 
Response Due
9/27/2011
 
Archive Date
3/25/2012
 
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
N/A
 
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 2011-0010025092 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 541519 with a small business size standard of $25.00M.This requirement is unrestricted 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 2011-09-27 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be El Paso, TX 79916 The U.S. Army ACC MICC Fort Bliss requires the following items, Meet or Exceed, to the following: LI 001, Service Agreement (SEE ATTACHED SOW).Post Warranty 4 hours 24x7POP IS 1 OCT 11 - 30 Sep 12., 1, EA; LI 002, CONTRACTOR REPORTING REQUIREMENT:The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where you shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. You are required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes, but is not limited to:a. Contracting Office, Contracting Officer, Contracting Officer?s Representative;b. Contract number,c. Beginning and ending dates covered by reporting period;d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data;e. Estimated direct labor hours (including subcontractors);f. Estimated direct labor dollars paid this reporting period (including subcontractors);g. Total payments (including subcontractors);h. Predominant Federal Service Code (FSC) reflecting services provided by the Contractor ( and separate predominant FSC for each subcontractor if different);i. Estimated data collection cost;j. Organizational title associated with the Unit Identification Code (UIC);k. Locations where the Contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website);l. Presence of deployment or contingency contract language; andm. Number of Contractor and subcontractor employees deployed in theater this reporting period (by country).Contractors may use a direct XML data transfer to the database server or CMR XML converter to generate XML files to transfer XML data to the data base server. The XML direct transfer is a format for transferring files from a Contractor system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Information from the secure web site is considered to be proprietary in nature when the contract number and Contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the Contractors name and contract number associated with the data. For internal Army Analysis, the reports and queries from the database shall not contain proprietary data. Please provide the unit price and total amount of costs (if any) that you will incur in order to comply with this reporting requirement. Reporting period will be the period of performance of the contract not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year., 1, EA; LI 003, Option 1 POP 29 Sept 2011 to 28 Sept 2011 Warranty 4 hours 24x7, 1, EA; LI 004, 1 year warranty 4 hours 24x7 ProLiant, 32, 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. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to michael.rias@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.204-7, Central Contractor Registration, 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. DFAR 252.232-7010, Levies on Contract Payments; and DFAR 252.211-7003 Item Identification and Valuation. 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: 52.212-3,52.219-6, 52.222-3, 52.222-19,52.222-21,52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33,and 52.252-2. The full text of FAR and DFAR clauses may be accessed electronically at http://www.acqnet.gov/far and http://farsite.hill.af.mil/. The following DFAR clauses in paragraph (b) of DFAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, will apply: DFAR 252.232-7003, Electronic Submission of Payment Requests; and Alternate III of DFAR 252.247-7023. 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. ORCA Requirement - Company must be registered on ORCA (Online Representations and Certifications Application) before an award could be made to them. If company is not registered in ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/login.aspx. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 0 days of the end of the period of performance. Bid MUST be good for 30 calendar days after close of Buy. 5152.209-4000 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) Local Clause 5152.233-4000, AMC-Level Protest Program (Nov 2008) 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 Government Accountability 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 33.10. 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 Material CommandOffice of Command Counsel9301 Chapek Rd, Room 2-1SE3401Ft. Belvoir, VA 22060-5527Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to:HQ Army Material CommandOffice of Command CounselRoom 2-1SE34011412 Jackson LoopFt. 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) Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract.As prescribed in 17.208(g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within _30_; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _30__ days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ____3_______ (years).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8aa6101173f9b8602b7f223213a88736)
 
Place of Performance
Address: El Paso, TX 79916
Zip Code: 79916
 
Record
SN02592205-W 20110928/110926235038-8aa6101173f9b8602b7f223213a88736 (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.