Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

W -- Shower Head Trailers

Notice Date
11/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
National Training Center (NTC), Fort Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
W9124B-12-T-0011
 
Response Due
11/23/2011
 
Archive Date
5/21/2012
 
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
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 W9124B-12-T-0011 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 2005-54. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 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 2011-11-23 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Irwin, CA 92310 The U.S. Army ACC MICC Fort Irwin requires the following items, Meet or Exceed, to the following: LI 001, FOB RUBA. Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 50 Shower Heads and 5 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; LI 002, FOB DENVER. Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 30 Shower Heads and 3 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; LI 003, FOB SEATTLE. Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 20 Shower Heads and 2 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; LI 004, FOB JSS. Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 20 Shower Heads and 2 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; LI 005, FOB SANTA FE. Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 20 Shower Heads and 2 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; LI 006, FOB MARJAN. Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 25 Shower Heads and 2 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; LI 007, FOB ERTEBAT SHAR. Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 20 Shower Heads and 2 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; LI 008, FOB SHARQ DARAWA. Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 20 Shower Heads and 2 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; LI 009, FOB MIAMI. Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 30 Shower Heads and 3 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; LI 010, FOB SORHK KOTAL(SKM). Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 25 Shower Heads and 2 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; LI 011, FOB CHAH-e LANGFORD. Period of Performance 28 Nov - 13 Dec 2011. Rental of SHOWER TRAILERS IAW attached Statement of Work to support NTC Rotation 12-03. LOT is defined by 20 Shower Heads and 2 Trailers. ALL SHOWERS MUST BE FULLY OPERATIONAL NLT 1200 28 NOV 2011., 1, LOT; 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 Irwin 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 Irwin 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. 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 must be made within 1 day or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 1 - 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 http://www.acqnet.gov/far. 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 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 (CCR) 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. The Government reserves the right to vary quantities by +/- 30% due to operational requirements and to make multiple awards to meet said requirements. Sellers must present their representations and certifications, upon request, through the Online Respresentatives and Certifications Application (ORCA) at http://orca.bpn.gov 10 Evaluation Criteria / Basis of Award - Revised The Government intends to award to the responsible offerors whose offers conforming to the solicitation that will be the most advantageous to the Government based upon Best value. Offerors will be avaluated based on price and availability with all factors being equal. The Government intends to award to the responsible offerors whose offers conforming to the solicitation that will be the most advantageous to the Government based upon Best value. Offerors will be evaluated based on price, past performance, delivery and availability with all factors being equal. *Subject to availability of funds*. Government reserve the right to end or extent Period of Performance based on mission requirements as dictated by the nature of the exercise.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33f35f431545d28e6582fcf37eec06f2)
 
Place of Performance
Address: Fort Irwin, CA 92310
Zip Code: 92310
 
Record
SN02623182-W 20111117/111115233953-33f35f431545d28e6582fcf37eec06f2 (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.