Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
MODIFICATION

36 -- Jet Mill- All-In-One Size Reduction System

Notice Date
2/8/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
5330 Valdez Circle, Dugway Proving Grounds, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB1208W901b
 
Response Due
2/13/2012
 
Archive Date
8/11/2012
 
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
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W909NB1208W901b 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 2005-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 333298 with a small business size standard of 500.00 employees.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 2012-02-13 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Dugway Proving Pround, UT 84022 The MCC Hood - ICO Dugway requires the following items, Meet or Exceed, to the following: LI 001, Jet Mill, All-In-One Size Reduction System Specifications: Small capacity applications, Portable- installed on a cart or casters; Adjustable and variable controls; Fine grinding capability, final product reduction to 2-3 microns; Optimal accessability; Compact; Dust-free collection; Optional mounting in glove-box isolator; Stainless Steel construction, System plug-in ready; Includes feed hopper, product collection container; Suited for dry particles.****Must be no larger than L-16" X W-16" X H-24", Utility Requirements- 110V, air supply to be no greater than 8-10CFM at 100psi, Production Rate- 0.2-100g/hr**** Please see the attached document for answers to previous questions., 2, 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, MCC Hood - ICO Dugway 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. MCC Hood - ICO Dugway 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 Governments Interest When Subcontracting 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 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 TransferCentral 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. 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 Contractors responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. 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. Contractors 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 Officers 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 a response from the Government. Those questions not received within the proscribed date may not be considered. 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2fa66128db75b384e7ffe562b63a02e8)
 
Place of Performance
Address: Dugway Proving Pround, UT 84022
Zip Code: 84022
 
Record
SN02670714-W 20120210/120208235312-2fa66128db75b384e7ffe562b63a02e8 (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.