Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

70 -- VMWare Maintenance (NEC)

Notice Date
6/5/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
5330 Valdez Circle, Dugway, UT 84022
 
ZIP Code
84022
 
Solicitation Number
0010329838
 
Response Due
6/10/2013
 
Archive Date
12/7/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
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 0010329838 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 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 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 2013-06-10 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be DUGWAY, UT 84022 The MICC Dugway Proving Ground requires the following items, Brand Name or Equal, to the following: LI 001: VCS5-STD-3P-SSS-F: 11-1136-M3P Period of Performance: 6/5/2013-6/4/2014, 1, EA; LI 002: VS5-ENT-PL-3P-SSS-F: 11-1128-M3P Period of Performance: 6/5/2013-6/4/2014, 24, EA; LI 003: VCS5-STD-3P-SSS-F: 11-1136-M3P Period of Performance: 6/5/2013-6/4/2014, 1, EA; LI 004: VS5-ENT-PL-P-SSS-F: 11-1128-M1P Period of Performance: 6/5/2013-6/4/2014, 12, EA; LI 005: One Time Reinstatement Fee to cover updates from 09/03/2012-06/04/2013, contract will not be back dated, reinstatement fee must be incusive., 1, EA; LI 006: SH-PEPL-SV-P-SSS-F: 11-1287-M1P Period of Performance: 6/5/2013-6/4/2014 Key 4KC35VEL8MUFJ14M9EYTJ4X1A, 100, 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, MICC Dugway Proving Ground 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. MICC Dugway Proving Ground 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.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 I, Offeror Representations and Certifications - Commercial Items IAW FAR 12.301(b)(2), use the provision with its Alternate I in solicitations issued by DoD, NASA, or the Coast Guard. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The Offeror shall comply with the following FAR clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. IAW FAR 4.1403(a), the contracting officer shall insert the clause at 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, in all solicitations and contracts of $25,000 or more. 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. IAW FAR 9.409 the contracting officer shall insert the clause at 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, in solicitations and contracts where the contract value exceeds $30,000. 52.219-6 Small Business set aside; 52.219-28, Post Award Small Business Program Rerepresentation (15 U.S.C. 632(a)(2)); 52.222-3, Convict labor (E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126); 52.222-26, Equal Opportunity (E.O. 11246);52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)).; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 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) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; and 52.233-3, Protest After Award (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (Pub. L. 108-77, 108-78).. The Offeror shall comply with the following DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Section 847 of Pub. L. 110-181); 252.225-7001, Buy American Act and Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items (10 U.S.C. 2320); 252-227-7037, Validation of Restrictive Markings on Technical Data; 252-232-7003, Electronic Submission of Payment Requests (10 U.S.C. 2227); and 252-247-7023, ALT III, Transportation of Supplies by Sea (10 U.S.C. 2631). The Offeror shall comply with the following FAR/DFARS clauses that the contracting officer has indicated as being incorporated in this solicitation by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-7, Central Contractor Registration; 52.204-13, Central Contractor Registration Maintenance; 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.232-7010 Levies on Contract Payments. 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 Contractor?s 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. Contractor?s 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 Officer?s 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 to the Purchasing Agent, Deborah Sosa, or the Technical POC, Dustin Rowley (435) 831-3415 not the Accounts Receivable Officer, or the "ship to" office. No partial quotes will be accepted or considered. Please send questions, by email prior to the established closing date to with a reasonable expected timed response from the Government. Most questions will receive an answer. However, asking for an extension for bid may not always be granted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/49125d5d7c4bf7fd7276f587655d933e)
 
Place of Performance
Address: DUGWAY, UT 84022
Zip Code: 84022-5000
 
Record
SN03081089-W 20130607/130606002303-49125d5d7c4bf7fd7276f587655d933e (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.