Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
SOLICITATION NOTICE

84 -- Command Coins

Notice Date
3/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1108 South R Street, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W911SA-12-T-0145
 
Response Due
4/5/2012
 
Archive Date
10/2/2012
 
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, as supplemented with additional information included in this notice.The solicitation number is W911SA-12-T-0145 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 FAC 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 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 2012-04-05 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Salt Lake City, UT 84113 The MCC Sam Houston - ICO McCoy requires the following items, Meet or Exceed, to the following: LI 001, Command Coins - 2.25" Command Coins laminated both sides. Front: Unit Patch for the 807th MDSC. Back: Use the wording from flag/wording (Presented for Excellence). For the border: Solid brass color. See attachments for details., 1000, EA; LI 002, Custom Coin Mold - Mold to create the coins and for future use with the command, 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 Sam Houston - ICO McCoy 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 Sam Houston - ICO McCoy 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 ALT I, Offeror Representations and Certifications - Commercial Items. In addition, 52.212-2 Evaluation - Commercial items. 52.252-1, Solicitation Provisions Inc by Ref. 252.212-7000, Offeror Representations and Certifications-Commercial Items. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far.? 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. In addition, 52.252-2, Clauses Incorporated by Reference. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-28, Post-Award Small Business Program Rerepresentation. 52.222-3, Convict Labor. 52.222-19, Child Labor - Cooperation with Authorities and Remedies. 52.222-21, Prohibition of segregated facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-1, Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d). 52.222-50, Combating Trafficking in Persons. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, and 252.247-7023 ALT III Transportation of Supplies by Sea. DFARS 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.225-7000 Balance of Payments Act Certificate; 252.225-7002, Qualifying Sources; 252.232-7010, Levies on Contract Payment; and 252.243-7001, Pricing of Contract Modifications; 252.204.7008, Export-Controlled Items; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 (Alt A), Central Contractor Registration; 252.227-7000, Non-Estoppel. In addition, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). Alternate III (MAY 2002) of 252.247-7023. 252.204-7004 Alt A, Central Contractor Registration. The full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far.? 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 90 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 Small Business Set Aside NAICS Code and Size Standard: 332999, 500 Employees. Only qualified sellers registered in CCR and ORCA under this NAICS Code will be considered for this RFQ. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) 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. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ 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. Headquarters U.S. Army Materiel CommandOffice of Command Counsel4400 Martin RoadRm: A6SE040.001 Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to:Headquarters U.S. Army Materiel CommandOffice of Command Counsel4400 Martin RoadRm: A6SE040.001 Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 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 HQ 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d7a1a97b1d14ab507de8c988cd007e7b)
 
Place of Performance
Address: Salt Lake City, UT 84113
Zip Code: 84113
 
Record
SN02707829-W 20120330/120328235349-d7a1a97b1d14ab507de8c988cd007e7b (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.