Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
MODIFICATION

V -- Fishkill New York Yellow Ribbon

Notice Date
3/7/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
11th Avn CMD, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
0010112805
 
Response Due
3/7/2012
 
Archive Date
9/3/2012
 
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, as supplemented with additional information included in this notice.The solicitation number is 0010112805 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 488999 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 2012-03-07 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The MCC Eustis - ICO Jackson requires the following items, Meet or Exceed, to the following: LI 001, Lodging 100 double rooms x 2 nights in accordance with ("IAW") Statement of Work ("SOW"). Check in will be Friday, the 30th of March 2012, commencing at normal check-in times, but no later than 6PM and check-out will be Sunday, the 1st of April 2012 by 12 noon. Total of 200 room nights. The USG will only pay for the rooms it uses., 200, EA; LI 002, Conference Rooms IAW the SOW. One (1) large conference room and one (1) small conference room. The rooms are only needed for Saturday, 31 MAR 2012, 2, EA; LI 003, Space available inside or immediately outside conference area IAW SOW for vendors, Saturday 31 MAR 2012., 1, EA; LI 004, Child Care IAW SOW for Saturday 31, 2012 from 0700-1700, 1, EA; LI 005, Audio Visual Requirments IAW SOW, 1, EA; LI 006, Meals: Breakfast for Saturday, 31 MAR 2012 and Sunday, 01 APR 2012. The USG will only pay for the breakfast meals and beverages it consumes. The vendor must identify its lunch menu and the items that will be available., 500, EA; LI 007, Meals: Lunch for Saturday, 31 MAR 2012. The USG will only pay for the lunch meals and beverages it consumes. The vendor must identify it lunch menu and the items that will be available., 250, 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 Eustis - ICO Jackson 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 Eustis - ICO Jackson 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. 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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions Desired Delivery: 30 days or less after receipt of order (ARO). 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 30 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 If you have complaints about this procurement, it is preferable that youfirst attempt to resolve those concerns with the responsible contractingofficer. However, you can also protest to Headquarters, AMC. The HQ,AMC-Level Protest Program is intended to encourage interested parties toseek resolution of their concerns within AMC as an Alternative DisputeResolution forum, rather than filing a protest with the GovernmentAccountability Office or other external forum. Contract award orperformance is suspended during the protest to the same extent, and withinthe same time periods, as if filed at the GAO. The AMC protest decisiongoal is to resolve protests within 20 working days from filing. To betimely, protests must be filed within the periods specified in FAR 33.103.If you want to file a protest under the AMC-Level Protest Program, theprotest must request resolution under that program and be sent to theaddress below. All other agency-level protests should be sent to thecontracting 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8f7e40a65be002ccfb4586d4ec177f15)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02691323-W 20120309/120307235733-8f7e40a65be002ccfb4586d4ec177f15 (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.