Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2011 FBO #3598
MODIFICATION

41 -- Variable Frequency Drives

Notice Date
9/29/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
5330 Valdez Circle, Dugway Proving Grounds, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB1213B701
 
Response Due
9/14/2011
 
Archive Date
3/12/2012
 
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
CANCELLATION 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 W909NB1213B701 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 333412 with a small business size standard of 500.00 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 2011-09-14 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The U.S. Army ACC MICC Dugway Proving Ground requires the following items, Brand Name or Equal, to the following: LI 001, 50 HP Variable Frequency Drive (AH-7) Part Number ACH550-UH-072A-4 ***Please see attached specifications***, 1, EA; LI 002, 25 HP Variable Frequency Drive (EF-4 & AH-5) Part Number ACH550-UH-038A-4 ***Please see attached specifications***, 1, EA; LI 003, 20 HP Variable Frequency Drive (EF-5 & EF-6) Part Number ACH550-UH-031A-4 ***Please see attached specifications***, 0, EA; LI 004, 15 HP Variable Frequency Drive (AH-1, AH-2, AH-4) Part NumberACH550-UH-023A-4 ***Please see attached specifications***, 3, EA; LI 005, 10 HP Variable Frequency Drive (HWP-1&2, EF2) Part Number ACH550-UH-015A-4 ***Please see attached specifications***, 1, EA; LI 006, 7.5 HP Variable Frequency Drive (CHWP-4 & 5) Part Number ACH550-UH-012A-4 ***Please see attached specifications***, 2, EA; LI 007, 5 HP Variable Frequency Drive (RF-1, RF-2) Part Number ACH550-UH-08A8-4 ***Please see attached specifications***, 2, EA; LI 008, 1 HP Variable Frequency Drive (BF-1, CAC-Intake/Exhaust) Part Number ACH550-UH-03A3-4 ***Please see attached specifications***, 3, EA; LI 009, Installation and Integration ***Please see attached specifications***, 1, EA; LI 010, ARMY PERSONNEL REPORTINGDescription: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL contractor personnel (including subcontractor personnel) required for the performance of this contract, 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 Dugway Proving Ground 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 Dugway Proving Ground 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. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products. FOB Destination CONUS (CONtinental U.S.). No partial shipments unless otherwise specified. 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. 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, ALT 1, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The selected Offeror must comply with the following commercial item terms and conditions. 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government?s Interest When Subcontracting with Contractor?s Debarred, Suspended. Or Proposed for Debarment; 52.219-6 Notice of total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict labor (June 2003)(E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer?Central Contractor registration 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) The selected Offeror must comply with the following commercial item terms and conditions. 252.225-7001, 252.203-7000,Requirements relating to Compensation of Former DoD Officials; 252.211-7003, Item Identification and Valuations Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items; 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests and 252-247-7023, ALT III, Transportation of Supplies by Sea U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a)January 1st(f)1st Monday in September(b)3rd Monday in January(g)2nd Monday in October(c)3rd Monday in February(h)November 11th (d)Last Monday in May(i)4th Thursday in November(e)July 4th (j)December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. (a)References: Secretary of the Army memorandum ?Accounting for Contract Services? dated 7 Jan 2005. (b)Description: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL contractor personnel (including subcontractor personnel) required for the performance of this contract. (c)Delivery Instructions: The Contractor is required to completely fill in all of the information in the format using the following web address: https://contractormanpower.army.pentagon.mil.(d)Preparation Instructions: The required information includes: (1)Contracting Office; Contracting Officer; Contracting Officer?s Technical Representative; (2)Contract Number; including task and delivery order number; (3)Beginning and ending dates covered by reporting period; (4)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5)Estimated direct labor hours (including sub-contractors);(6)Estimated direct labor hours paid this reporting period (including sub-contractors);(7)Total payments (including sub-contractors);(8)Predominant Federal Service Code (FSC) reflecting the services provided by the contractor (and separate predominant FSC for each sub-contractor if different); (9)Estimated data collection cost;(10)Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity;(11)Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas locations, using standardized nomenclature provided on the website);(12)Presence of deployment of contingency contract language; and(13)Number of contractor and sub-contractor employees deployed in theater this reporting period (by country).As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30th of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from the Contractor?s systems to a 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. During performance of work on the installation, the Contractor shall conform to all safety rules and requirements issued by the Dugway Safety Office. The Contractor shall take all reasonable steps and precautions to prevent accidents, and preserve and protect personnel and property. Any violations of established safety and accident prevention rules and regulations may be grounds for termination of this contract. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor?s responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks.Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground.Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractor?s responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. The prime contractor is responsible for security badges and/or protective masks issued to their employees and/or employees of their subcontractor(s). A designated representative (being an officer or supervisor of the prime contractor) shall co-sign for each individual when obtaining the required item(s).Additionally, the contractor shall provide to the Contracting Officer or the appointed Contracting Officer?s Representative (COR) a list of employees requiring masks/badges under the awarded contract prior to initiation of work. The Contractor shall be required to submit a ?certificate of return? for all masks/badges from the cognizant office(s), to the Contracting Officer or the COR. For item(s) not returned, the replacement cost of the items will be deducted from the invoice or the Contractor will be invoiced if the replacement cost exceeds the amount due the Contractor. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. The following insurance is required as a minimum; (a)Legally Required Insurance: Where certain laws apply such as State laws governing workman?s compensation and employer?s liability coverage, etc., the contractor, prior to commencement of work, shall furnish the Contracting Officer a written statement that such laws have been complied with and that compliance will continue throughout the period of contract performance. Minimum coverage of $100,000 is required. (b)Comprehensive General Liability & Automobile Liability: Each Person PerPropertyOccurrenceDamage Comprehensive General LiabilityNone$500,000.00 Automobile Liability$200,000.00$500,000.00 (a)All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractor?s company name and employee?s name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the company?s discretion. No other items may be placed on the badge.b)Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by ?contractor employee(s)? to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officer?s Representative.(c)Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars.(d)All Contractor correspondence (written, facsimile, and email display) shall include their company name. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractor?s shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officer?s Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, drivers license number and state where issued.The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. Questions concerning this buy must be submitted at least 3 days prior to the established closing date to reasonably expect aresponse from the Government. Those questions not received within theproscribed date may not be considered. Contractor shall comply with requirements as stated in FAR 52.223-5 Contractor shall comply with requirements as stated in FAR 52.228-5 Funding for this requirement is not currently available. This requirement is for a process to point of award only in accordance with FAR 52.232-18, AVAILABLY OF FUNDS. Interested vendors wishing to respond to this requirement must provide pricing valid for a calendar period of sixty (60 days).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3b0ab8bfaada6fc027e09d2c4f19a076)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02598308-W 20111001/110930000547-3b0ab8bfaada6fc027e09d2c4f19a076 (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.