Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

J -- OPTION - Scott SCBA Maintenance-Fort Campbell

Notice Date
7/9/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg. 6923 38th & Desert Storm, Fort Campbell, KY 42223
 
ZIP Code
42223
 
Solicitation Number
W91248-13-T-0016
 
Response Due
7/12/2013
 
Archive Date
1/8/2014
 
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
N/A
 
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 W91248-13-T-0016 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 561990 with a small business size standard of $7.00M.This requirement is unrestricted 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 2013-07-12 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The MICC Fort Campbell requires the following items, Exact Match Only, to the following: Base Period of Performance: 08/01/2013 - 07/31/2014 LI 001: INSPECTION AND REPAIR OF SCBA Inspection and repair of self-contained breathing apparatus and perform annual function testing on site. Includes installation on all parts SCOTT Air-Pak Fifty SCBA 4.5 - 60 Units SCOTT Ska-Pak Supplied Air Respirator - 8 Units SCOTT RIT Pak-II - 8 Units, 76, EA; LI 002: REPLACE HIGH PRESSURE HOSE SCBA 4.5 PACK Replace High pressure hose for SCOTT Air-Pak Fifty SCBA 4.5 packs. Provide replacement parts for equipment that are manufactured by Scott., 13, EA; LI 003: REPLACE STRAP & BUCKLE KIT SCBA 4.5 PACK Replace strap and buckle kit for SCOTT Air-Pak Fifty SCBA 4.5 packs. Provide replacement parts for equipment that are manufactured by Scott., 13, EA; Option 1 Period of Performance: 08/01/2014 - 07/31/2015 LI 001: OPTION YEAR 1 INSPECTION AND REPAIR OF SCBA Inspection and repair of self-contained breathing apparatus and perform annual function testing on site. Includes installation on all parts SCOTT Air-Pak Fifty SCBA 4.5 - 60 Units SCOTT Ska-Pak Supplied Air Respirator - 8 Units SCOTT RIT Pak-II - 8 Units, 76, EA; LI 002: OPTION YEAR 1 REPLACE HIGH PRESSURE HOSE SCBA 4.5 PACK Replace High pressure hose for SCOTT Air-Pak Fifty SCBA 4.5 packs. Provide replacement parts for equipment that are manufactured by Scott., 13, EA; LI 003: OPTION YEAR 1 REPLACE STRAP & BUCKLE KIT SCBA 4.5 PACK Replace strap and buckle kit for SCOTT Air-Pak Fifty SCBA 4.5 packs. Provide replacement parts for equipment that are manufactured by Scott., 13, EA; LI 004: OPTION YEAR 1 HYDROSTATICALLY TEST AIR CYLINDERS Hydrostatically test air cylinders, includes new neck O-Ring, 64, EA; Option 2 Period of Performance: 08/01/2015 - 07/31/2016 LI 001: OPTION YEAR 2 INSPECTION AND REPAIR OF SCBA Inspection and repair of self-contained breathing apparatus and perform annual function testing on site. Includes installation on all parts SCOTT Air-Pak Fifty SCBA 4.5 - 60 Units SCOTT Ska-Pak Supplied Air Respirator - 8 Units SCOTT RIT Pak-II - 8 Units, 76, EA; LI 002: OPTION YEAR 2 REPLACE HIGH PRESSURE HOSE SCBA 4.5 PACK Replace High pressure hose for SCOTT Air-Pak Fifty SCBA 4.5 packs. Provide replacement parts for equipment that are manufactured by Scott., 13, EA; LI 003: OPTION YEAR 2 REPLACE STRAP & BUCKLE KIT SCBA 4.5 PACK Replace strap and buckle kit for SCOTT Air-Pak Fifty SCBA 4.5 packs. Provide replacement parts for equipment that are manufactured by Scott., 13, EA; LI 004: OPTION YEAR 2 HYDROSTATICALLY TEST AIR CYLINDERS Hydrostatically test air cylinders, includes new neck O-Ring, 93, EA; Option 3 Period of Performance: 08/01/2016 - 07/31/2017 LI 001: OPTION YEAR 3 INSPECTION AND REPAIR OF SCBA Inspection and repair of self-contained breathing apparatus and perform annual function testing on site. Includes installation on all parts SCOTT Air-Pak Fifty SCBA 4.5 - 60 Units SCOTT Ska-Pak Supplied Air Respirator - 8 Units SCOTT RIT Pak-II - 8 Units, 76, EA; LI 002: OPTION YEAR 3 REPLACE HIGH PRESSURE HOSE SCBA 4.5 PACK Replace High pressure hose for SCOTT Air-Pak Fifty SCBA 4.5 packs. Provide replacement parts for equipment that are manufactured by Scott., 13, EA; LI 003: OPTION YEAR 3 REPLACE STRAP & BUCKLE KIT SCBA 4.5 PACK Replace strap and buckle kit for SCOTT Air-Pak Fifty SCBA 4.5 packs. Provide replacement parts for equipment that are manufactured by Scott., 13, EA; Option 4 Period of Performance: 08/01/2017 - 07/31/2018 LI 001: OPTION YEAR 4 INSPECTION AND REPAIR OF SCBA Inspection and repair of self-contained breathing apparatus and perform annual function testing on site. Includes installation on all parts SCOTT Air-Pak Fifty SCBA 4.5 - 60 Units SCOTT Ska-Pak Supplied Air Respirator - 8 Units SCOTT RIT Pak-II - 8 Units, 76, EA; LI 002: OPTION YEAR 4 REPLACE HIGH PRESSURE HOSE SCBA 4.5 PACK Replace High pressure hose for SCOTT Air-Pak Fifty SCBA 4.5 packs. Provide replacement parts for equipment that are manufactured by Scott., 13, EA; LI 003: OPTION YEAR 4 REPLACE STRAP & BUCKLE KIT SCBA 4.5 PACK Replace strap and buckle kit for SCOTT Air-Pak Fifty SCBA 4.5 packs. Provide replacement parts for equipment that are manufactured by Scott., 13, EA; LI 004: OPTION YEAR 4 HYDROSTATICALLY TEST AIR CYLINDERS Hydrostatically test air cylinders, includes new neck O-Ring, 64, 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 Fort Campbell 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 Fort Campbell 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 technical questions or comments. 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. 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. No used, re-furbished, or gray market equipment will be accepted, new equipment only. This contract incorporates one or more clauses by reference, with the same force and effect 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/these address(es): http://farsite.hill.af.mil/ (End of clause) 52.204-7Central Contractor Registration 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.247-34 F.O.B. Destination NOV 1991 52.233-4Applicable Law for Breach of Contract Claim 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.204-7000 Disclosure Of Information DEC 1991 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.232-7010Levies on Contract Payments 252.243-7001Pricing of Contract Modifications 5151.233-4000 HQ AMC - Level Protest Program (Nov 2008) 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 33.10. 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 Command Office of Command Counsel 9301 Chapel 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 Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. 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. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within __60 days___. (End of Clause) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 DAYS provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 YEARS. (End of clause) Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Low Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government?s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b6d63cd63066b699927f31c975dc698b)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03110779-W 20130711/130709234900-b6d63cd63066b699927f31c975dc698b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.