Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOLICITATION NOTICE

56 -- Electric Gate

Notice Date
3/9/2012
 
Notice Type
Presolicitation
 
Contracting Office
Warehouse, Fort Sill, OK 73505
 
ZIP Code
73505
 
Solicitation Number
W9124L-0010139715
 
Response Due
3/21/2012
 
Archive Date
9/17/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number W9124L-0010139715. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 329238. SMALL BUSINESS SET-ASIDE: Sellers bidding on this opportunity MUST have the items requested on the specified contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-03-21 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Sill, OK 73503 The MCC Eustis - ICO Sill requires the following items, Brand Name or Equal, to the following: LI 001, SMALL BUSINESS SET-ASIDE under NAICS Code - 332323 Furnish and Install --- 1- Elite 1/2 H.P. Electric Gate Operator, 1- Concrete Pad, 1- Prox Card Reader, 1- Airphone AX-DVF Intercom with Camera and 1 Gooseneck SRTAND, 1- Hold Open Switch for Gate, and 1 Knox Lock Add Appox. 5' onto tail of existing chain link gate Add 1/4"x8' SCH. 40 Gate Post for existing gate Furnish and install new gate rollers with covers Furnish and install 2-4" Bollards Furnish and install 1-Pedestrian Gate Furnish and install all necessary electric from outside pole to opearator and all control wire for intercom, 1, EA; LI 002, Accounting for Contract Services Contract Manpower Report shall be completed no later than October 31, 2012., 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, MCC Eustis - ICO Sill 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. A Seller 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 Sill is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions - Commercial Items 52.237-3 Continuity of Services 52.247-34 F.O.B. Destination 252.201-7000 Contracting Officers Representative 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 ALT A Required Central Contractor Registration 252.211-7003 ALT 1 Item Identification and Valuation 252.232-7010 Levies on Contract Payments If you have complaints about this procurement, it is preferable that you first attempt to resolve those concems 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 concems within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting 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. Protest Procedures can be found at http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp Protest to HQAMC shall be filed at:Headquarters U.S. Army Materiel CommandOffice of Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 To be timely, 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. 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 Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Ievel 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. (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) The selected Offeror must comply with the following commercial item terms and conditions. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001, 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 All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately ? mile). Entrance to Apache Gate is on the left (south). 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. Bids must be good for 30 calendar days after close of buy. 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. 52.204-10 Reporting Executive compensation and First-Teir Subcontract Awards 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-26 Affirmative Action for Workers with Disabilities 52.233-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - Central Contractors Registration 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires Electric GateUnited States Army Air Defense Artillery School 1.TITLE: Electric Gate Installation a.GENERAL: The Contractor shall perform the tasks listed in this Statement of Work in accordance with terms and conditions established herein. Performance will be in support of United States Army Air Defense Artillery School (USAADASCH). b. PURPOSE: This Statement of Work (SOW) defines the tasks that USAADASCH will require the Contractor to perform. c.OBJECTIVE: 1) To install and electric gate with all components to ensure proper security of the C-RAM complex located at building 2652. The gate will maximize security in the building by not allowing unauthorized personnel to have access into the building. 2. NATURE AND SCOPE OF WORK: a.PLACE OF PERFORMANCE: This work will be done at building 2652 C-RAM Complex, Fort Sill, Oklahoma. b.PERIOD OF PERFORMANCE: The electric gate and all components are to be installed No Later Than 30 Days After Award. c.SCOPE OF WORK: 1) Contractor shall provide all services, materials, supervision, labor and equipment, for the installation of 1 Elite ? H.P. Electric Gate Operator, 1 concrete pad, 1 Prox card reader, 1 Airphone AX-DVF Intercom w/ Camera and 1 Gooseneck SRT and 1- Hold open Switch for gate and 1 KNOX LOCK. 3.TASKS: The coatings shall be, at a minimum, in conformance with the following: a.TASK 1: Contractor shall add approximately 5? onto the tail of the existing chain link fence. b.TASK 2: Contractor shall add 1-4?x8?SCH. 40 Gate Post for existing gate. c.TASK 3: Contractor shall furnish and install new gate rollers with covers. d.TASK 4: Contractor shall furnish and install 2 ea 4? bollards. e.TASK 5: Contractor shall furnish and install 1 ea Pedestrian gate. f.TASK 6: Contractor shall furnish and install all necessary electric from outside pole to operator and all control wire for intercom. g.TASK 7: Contractor shall furnish and install 1 Elite ? H.P. Electric Gate Operator, 1 concrete pad, 1 Prox card reader, 1 Airphone AX-DVF Intercom w/ Camera and 1 Gooseneck SRT and 1- Hold open Switch for gate and 1 KNOX LOCK h.TASK 8: Contractor shall furnish and install 1 Concrete Pad. i.TASK 9: Contractor shall furnish and install 1 Proxy Card Reader. j.TASK 10: Contractor shall furnish and install 1 Airphone AX-DVF Intercom with camera.k.TASK 11: Contractor shall furnish and install 1 Gooseneck SRT. l. Task 12: Contractor shall furnish and install 1 Hold open switch for gate.m. Task 13: Contractor shall furnish and install 1 KNOX LOCK. 4.INSPECTION AND ACCEPTANCE: a.The deliverables for this contract order will be inspected by the appointed unit representative. 5. SCHEDULE AND GOVERNMENT REVIEW: a.The electric gate needs to be completed No Later Than 30 Days After Award and be accepted by the unit representative before closing the job. The scheduled itinerary for the site visit, in the event you are not able to be at Building 1803 DOC, Macomb Rd. Ft. Sill, OK at 0900 15 March 2012, is as follows: Building 2652 C-RAM Complex, Fort Sill, Oklahoma We will be departing Bldg 1803, promptly at 9:00. If you are runningbehind, please feel free to meet up with us at the sites identified above. If attendance is anticipated please contact Cole Cook at cole.p.cook.civ@mail.mil or William E. Boyer at william.e.boyer10.civ@mail.mil NLT COB 14 March 2012 Please follow the link to find the most applicable Wage Determination:http://www.wdol.gov/sca.aspx#8
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dbac8b7e84ab80b29e440b17ac44ec36)
 
Place of Performance
Address: Fort Sill, OK 73503
Zip Code: 73503
 
Record
SN02693524-W 20120311/120309235529-dbac8b7e84ab80b29e440b17ac44ec36 (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.