Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
MODIFICATION

73 -- Dining Facility Equipment

Notice Date
4/11/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Mission and Installation Contracting Command, Joint Base Lewis-McChord, WA 98433
 
ZIP Code
98433
 
Solicitation Number
0010132780
 
Response Due
4/13/2012
 
Archive Date
10/10/2012
 
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 0010132780 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 337127 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 2012-04-13 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Joint Base Lewis-McChord, WA 98433 The MCC Joint Base Lewis McChord - MCO Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following: LI 001, Griddle, Counter Unit, Natural Gas. Star Mfg. Model No. 648TD. 48"L, 27-3/4"D, 15-1/2"H, 3/4" steel griddle plate, thermostat controls every 12", aluminum steel construction, s/s front with black trim, wrap-around s/s splash guard, grease trough & s/s drawer, 4" legs, 80,000 BTU, 1 Year parts & labor warranty., 1, EA; LI 002, Hotplate, Counter Unit, Natural Gas. Star Mfg. Model No. 606HD. 36" wide, six (6) 22,000 BTU burners, manual controls, s/s front with black trim, aluminized steel body, 4" adjustable legs, 132,000 BTU, 1 Year parts & labor warranty., 1, EA; LI 003, Steamer, Pump-Type Push-Button. Roundup Model No. VS-200ADB (9100220) Variety Steamer, double basket, direct water hook-up, installation hose kit, capacity two (2) 10 oz. portions, 6' grounded power cord, NEMA 6-20P, 208-240V, 60Hz, 2854-3800w, 13.7-15.8 amps, 20 amp plug required; (7000314) Single Unit Regulator, compact, permits adjustment for water pressure into one steamer., 1, EA; LI 004, Refrigerated Counter, Griddle Stand. Delfield Model No. F2999C. Low-Profile equipment stand, 99" W, three-section, six (6) drawers without pans, s/s top & drawer fronts, front non-spill edge, ABS interior sides, casters, side-mounted refrigeration system with electric condensate evaporator, 1/4 hp, NSF7; 115v/60/1-ph, 10 amps, NEMA 5-15P, 5 year compressor warranty., 1, EA; LI 005, Chef?s Table. Long Room Service Table: Custom Fabricated, S/S with (4-ea) Hot Wells, (1-ea) Cold Well, (1-ea) Drop-In Sink, Double-Overshelf w/Lights and Heat Lamps, Cutting Board, Fill Faucet, Solid Surface Tray Line, Outlets, three (3) Data Ports for Printers, Section for Micro-Convection Oven, Pre-Wired to Breaker Box and Receptable for Induction System, Section for 4-Slice Toaster, Microwave, Oven section w/outlets, Section for 60" Sandwich Unit, (1) Plate Lowerator, and one (1) 2-Drawer Warmer. Two FX-1 units. 1 ea Alto-Shaam Inc. 400-HW/D6 Halo Heat? Hot Food Well Unit, Drop-In, Electric, (4) 12" x 20" full-size pan capacity without pans, 6-3/8" deep well, holds 6" deep pans, adjustable thermostatic controls, s/s construction, EcoSmart?, UL, CE; 1 ea Alto-Shaam Inc. 208-240v/60/1, 9.9 amps, 2.4kW, NEMA 6-15P; 1 ea Alto-Shaam Inc. 500-2D Halo Heat? Warming Drawer (free standing), two drawer, solid state controls, large s/s pan, 50 rolls or 34 baked potatoes capacity per drawer, dual wattage (500w bread,1050w heavy products), drawer adaptable to hold oversize pan, ON/OFF adjustable thermostat, s/s exterior, EcoSmart?, cUL, CE; 1 ea Alto-Shaam Inc. 208-240v/50/60/1, 4.5amps, 1.05kW, NEMA 6-15P; 1 ea Alto-Shaam Inc. 44226 Built-In Trim Kit, for 500-2D two drawer warmer., 1, EA; LI 006, Refrigerated Counter, Sandwich Top. Randell Model No. 9040K-7. Refrigerated Counter/Salad Top, 6" L, 33" D, 2-section, two (2) 24" doors, four (4) 12"x20" or 24 1/6 pan capacity, s/s top, cover & front, aluminum interior, 6" casters, side-mounted self-contained refrigeration system, 1/3 HP; 1 ea 90-day labor warranty, 1 yr. parts and compressor warranty; 115v/60/1-ph, 9.0amps, NEMA 5-15P; SMRDIDBL24 First Section: 24" double drawer; SMRD2DBL24 Second Section: 24" double drawer; SMCAS3INR with 6 Casters, 3" for 32.88" work height set of 4., 1, EA; LI 007, Microwave/Convection Oven. Menumaster Model No. MXP22 Commercial Express Radiant Convection/Microwave Oven, 3000w infrared radiant, 2000w convection, 2200w microwave, s/s interior & exterior, Catalytic converter to filter grease laden air and vapors - UL-KNLZ Certified for ventless operation, touch control, 360 program memory, auto voltage sensor, cool touch exterior, drop down door, limited 3-yr warranty, 208-240v/60/1-ph, 5700 total watts, 30 MCA, 5' cord & NEMA 6-30P-CUSTOM Don Miller & Associates (DM&A), 1, EA; LI 008, Microwave Oven. Menumaster Model No. MCS10TS Commercial Microwave Oven, 1000 watts, medium volume, s/s interior & exterior, 10 menu pads with capacity to program 100 menus, 5 power levels, X2 quantity pad, Braille touch pads, non-removable air filter, side hinged door with glass window, limited 3-yr warranty, 120v/60/1-ph, 13.0 amps, 15 MCA, 5' cord & NEMA 5-15P, UL, ETL-CUSTOM DM&A, 1, EA; LI 009, Toaster, Pop-Up. Star Mfg. Model No. CT4. Holman Pop-Up Combo Toaster, 4-slice bread/bagel toaster, 1-3/16" slots, s/s finish, 150 slices/hour, electronic timer, thermostat, 3' cord & plug, UL, 1 Yr parts & labor warranty, 120v/60/1-ph, 2.0 kw, 16.6 amps, cord w/NEMA #5-20P., 1, EA; LI 010, Dispenser, Plate Dish, Round. Lakeside Manufacturing Model No. 7511. Convection Heated Plate Dispenser, enclosed base, mobile, two self-leveling platforms, maximum plate size 10-1/4" diameter, s/s construction, 5" swivel casters (2 with brakes), NSF, UL listed, 208v/50/60/1-ph, 3200 watts, 16.3 amps, 6' cord attached, 1, EA; LI 011, Refrigerator/Freezer Prep Work System. Randell Model No. FX-1 FX. Flexible Refrigerator or Freezer Base, 46" W, 3.0 cu ft, single drawer with removable ABS insert, self-contained refrigeration with electronic control (40 degrees refrigeration, 0 degrees freezer), unfinished top, s/s interior, front & sides, UL, NSF, cUL; 90-day labor warranty, 1 yr. parts and compressor warranty, CW5 5 yr. compressor warranty, 115V/60/1 ph, 3.9 amps, NEMA 5-15P., 2, EA; LI 012, Heated Unitized Base Charger. Cambro Model No. MDSCDCB9. Camduction ? Base Charger, 34-3/8"H x 30"W x 18-7/8"D, holds 20 bases, 12 second heat up time, 6' cord, LED, NEMA L6-30P, 208-240V/50-60/1 ph, 24.9 amps, NSF, 1, EA; LI 013, Heated Unitized Base. Cambro No. MDSCDB9110. Camduction ? Base, 9-1/2" dia. x 1-8/9"H, black., 144, EA; LI 014, Heated Base Cover. Cambro Model No. MDSD9. Shoreline Collection Dome, insulated, fits 9" plate, outside diameter 10", 2-7/8"H, plastic., 144, EA; LI 015, Dome Storage Cart. Cambro Model No. CSDDCPKG480. Camshelving? Dome Drying Cart, 36"x18"x75", holds 100 10" domes and/or pellet underliners, s/s cradles, steel frame with polypropylene exterior, speckled gray finish., 2, EA; LI 016, Combi Oven, Gas, Half Size. Alto-Shaam Inc. Model No. 10-10ESG/CT. CombiTherm? Oven, gas, countertop, boiler-free, CombiTouch? graphic based controls for steam, convection, combi & retherm, programmable menu, probe, multi-shelf timer, 6 browning levels, CombiClean? automatic cleaning, HACCP, capacity (10) 12" x 20" pans or 10 half-size sheet pans, door hinged right, adjustable legs, 68,000 BTU, EcoSmart?; 12 month extended warranty to begin at end of std. warranty & continue for 12 additional months; Natural gas, 110-120v/50/60/1, 5.7amps,.68kW, NEMA 5-15P; Mechanical start-up check, 5005678 Multi-Point Temperature Probe, hard-wire; 5005713 Stand, 29-1/2"H, stationary with shelf., 1, EA; LI 017, Room Service Tray. Cambro Model No. 1520VCRST382. Versa Camtray?, room service style, rectangular, 15" x 20", non-skid, dishwasher safe, sheet molded composite plastic, black with pebbled black, Ecosafe, 144, EA; LI 018, S/S Room Service Cart, Single-Door. Singer Equipment Company Model No. DCD-5502. 55" 8-Tray Room Service Cabinet, Door Opens 270-degrees w/Magnetic Catch, Bottom Corner Bumpers, four (4) 6" Swivel Casters, Anti-Static Strip, 3-Sided Top Rail, 4" Wide Tray Ledges, 5-1/4" Spacing Custom DM&A Specifications. Decorative Stripe: Burgundy ? SEE ATTACHMENT for stripe specifications., 9, EA; LI 019, Refrigerator/Freezer, Reach-In. Randell Model No. 2010D. 1-section, self-contained refrigeration, aluminum exterior & interior, s/s front & doors, std. depth cabinet, wide half-height doors, exterior dial thermometer, 1/2 HP; 90-day labor warranty. 1 yr. parts and compressor warranty, LW2 2 yr. labor warranty, CW5 5 yr. compressor warranty; 115v/60/1 ph, 10.4amps, NEMA 5-20P., 1, EA; LI 020, Refrigerator, Air Curtain. Victory Model No. ACRS-1D-S7-STS. Spec Line Refrigerator, Air Curtain, single-section, self-contained refrigeration, s/s exterior & interior, std depth cabinet, full-height doors, exterior dial-type thermometer, 1/2 HP, 115v160/1-ph, 14.3 amps, NEMA 5-20P; 5-yr compressor warranty, Full 1-year parts/labor service warranty., 2, EA; LI 021, Sandwich Unit. Randell Model No. 9412-27.5C3, 27.5" wide sandwich unit, 12ea 1/6 pans., 1, EA; LI 022, Installation. Uncrate and Set-in-Place. All electrical, plumbing, and trash removal shall be accomplished by others. Dumpster shall be supplied by customer., 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 Joint Base Lewis McChord - MCO Joint Base Lewis McChord 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 Joint Base Lewis McChord - MCO Joint Base Lewis McChord 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. The Contracting Officer (KO) at Fort Lewis is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party 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 officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting CommandEnterprise and Installation OperationsChief, Supply BranchBOX 339500, MS 19FORT LEWIS, WA 98433-9500Facsimile number 253-967-3844 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, 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 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 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 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. Quote MUST be good for 30 days after Request for Quote closing date. Questions concerning this quote must be submitted at least 5 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. The contractor shall not hire any individual to perform work on Fort Lewis or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Lewis or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition. The following clauses apply: ClauseCriteria FAR 52.213-1Fast Pay is incorporated by reference and applies toFast Paypurchase orders under $30,000.FAR 52.213-2Is incorporated by reference and applies to Invoicespurchase orders authorized for Advance Payment. FAR 52.213-3Is incorporated by reference and applies to all firm fixedNotice to Supplierprice purchase orders.FAR 52.213-4Is incorporated by reference and applies to Terms and Conditions-purchase orders under $150,000.Simplified Acquisitions,Non-Commercial itemsFAR 52.252-2This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and affect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", ?vendor? or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. This is a Request for Quotes under Federal Acquisition Regulation 12, Acquisition of Commercial Items using FAR 13 Simplified Acquisition Procedures. The following provisions and clauses apply: ClauseDescription FAR 52.212-1Instructions to Offers I commercial Items. Incorporated by referenceFAR.212-2Evaluation-Commercial ItemsIncorporated by referenceFAR 52.212-3Offeror Representations and Certification- Commercial ItemsIncorporated in Full TextFAR 52.212-4Contract Terms and Conditions-Commercial ItemsIncorporated by referenceFAR 52.212-5Contract Terms and conditions Required to Implement Statutes or ExecutiveIncorporated in Full TextOrders-Commercial ItemsFAR 52.209-7Information Regarding Responsibility MattersIncorporated by referenceFAR 52.252-2This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and affect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", ?vendor? or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. New equipment/parts only. No remanufactured products. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes. Quotes will be evaluated based on price, technical acceptability, and delivery schedule. Past Performance Information may be required to be submitted. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.) The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. Procedures for commercial vehicle access to JBLM are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. As of 15 January 2002, the following requirements apply. Commercial vehicle access to JBLM-Main will be allowed only at the Logistics Center Gate (Exit 123 from I-5) on Monday through Friday. This gate will be open for inbound commercial vehicle access and inspection between 0530 hours and 2000 hours. The Logistics Center Gate is closed on weekends (Saturdays and Sundays). On Saturdays and Sundays, commercial vehicles must use the DuPont Gate (Exit 119 from I-5). DuPont Gate hours are 0530 hours until 2000 hours. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. (1) If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. (2) Large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to JBLM-North. "Searched" labels will be issued at the Logistics Center Gate or the DuPont Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (3) Commercial vehicles less than 12'-5" in height shall access North Fort Lewis ONLY via the Pendleton Avenue under-crossing once they are cleared through the Logistics Center Gate or the DuPont Gate, as appropriate. Procedures for commercial vehicle access to Joint Base Lewis-McChord (JBLM) are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. (a) Unless the contractor voluntarily participates in the Fast Access Gate Program commercial vehicle access to JBLM will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on JBLM-North. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day every day. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority.On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to JBLM-North must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (JBLM-North), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. (d) Employees who require access to JBLM-Main to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manager, Cell: (None); info@rapidgate.com, mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. Procedures for commercial vehicle access to JBLM are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. As of 15 January 2002, the following requirements apply. Commercial vehicle access to JBLM-Main will be allowed only at the Logistics Center Gate (Exit 123 from I-5) on Monday through Friday. This gate will be open for inbound commercial vehicle access and inspection between 0530 hours and 2000 hours. The Logistics Center Gate is closed on weekends (Saturdays and Sundays). On Saturdays and Sundays, commercial vehicles must use the DuPont Gate (Exit 119 from I-5). DuPont Gate hours are 0530 hours until 2000 hours. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. (1) If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. (2) Large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to JBLM-North. "Searched" labels will be issued at the Logistics Center Gate or the DuPont Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (3) Commercial vehicles less than 12'-5" in height shall access North Fort Lewis ONLY via the Pendleton Avenue under-crossing once they are cleared through the Logistics Center Gate or the DuPont Gate, as appropriate. Procedures for commercial vehicle access to Joint Base Lewis-McChord (JBLM) are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. (a) Unless the contractor voluntarily participates in the Fast Access Gate Program commercial vehicle access to JBLM will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on JBLM-North. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day every day. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority.On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to North Fort Lewis. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to JBLM-North must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (JBLM-North), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes.(c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. (d) Employees who require access to JBLM-Main to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manager, Cell: (None); info@rapidgate.com, mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on JBLM without prior approval of the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/be2fa35ef54c17cb4322850fc896c92b)
 
Place of Performance
Address: Joint Base Lewis-McChord, WA 98433
Zip Code: 98433
 
Record
SN02719833-W 20120413/120411235727-be2fa35ef54c17cb4322850fc896c92b (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.