Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
MODIFICATION

54 -- Expandable Double Sided Shelter

Notice Date
7/3/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
E 4215 Austin Road, Aberdeen Proving Ground, MD 21010
 
ZIP Code
21010
 
Solicitation Number
W911SR-14-C-SHLT
 
Response Due
7/9/2014
 
Archive Date
1/5/2015
 
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 W911SR-14-C-SHLT 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 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 332311 with a small business size standard of 0.00 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 2014-07-09 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be APG, MD 21010 The APG - Edgewood requires the following items, Meet or Exceed, to the following: LI 001: Expandable Double Sided Shelter: The contractor shall deliver an Expandable Double Sided Shelter in accordance with (IAW) the Statement of Work (SOW). Price includes freight to Aberdeen Proving Ground - Edgewood Area, MD. The price includes delivery charges. Please see attachment for further specifications., 1, EA; LI 002: Drawings: The contractor shall provide the drawings for the Expandable Double Sided Shelter System in CAD format or other drawing template that the manufacturer utilizes IAW the requirements set forth in the DD 1423, Contract Data Requiraements List (CDRL)., 1, NSP; LI 003: OPTION: The option is for two (2) additional Expandable Double Sided Shelters IAW the SOW. The price includes delivery charges., 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, APG - Edgewood 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. APG - Edgewood 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. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012, 52.247-34 F.O.B. Destination NOV 1991, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-0001 Line Item Specific: Single Funding SEP 2009, 252.204-7004 Alt A, System for Award Management Alternate A, 252.211-7003 Item Unique Identification and Valuation (Dec 2013), 252.211-7008, Use of Government-Assigned Serical Numbers, 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7012-Preference for Certain Domestic Commodities, 252.227-7015 Technical Data--Commercial Items DEC 2011, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012, and 252.246-7000 Material Inspection And Receiving Report MAR 2008. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 5.203-6 Alt 1, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) 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 address: http://farsite.hill.af.mil/vffar1.htm. (End of clause) STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (FEB 2013) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components in paragraph (a)52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207)and the following clauses in paragrph (b)252.203-7000, and 252.227-7015. (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (2) 252.227-7013, Rights in Technical Data--Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (3) 252.227-7015, Technical Data--Commercial Items (DEC 2011), if applicable (see 227.7102-4(a)). (4) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102- 4(c)). (5) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (6) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub.L. 108-375). (7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (8) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (9) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) The Vendor shall submit payment requests and receiving reports electronically for supplies/services rendered in Wide Area Workflow (WAWF) at the website: https://wawf.eb.mil. WAWF is a secure, web-based system which enables vendors and Government officials to electronically access and process the documentation needed to generate payment for goods and services. It is free of charge and allows vendor submittal and tracking of invoices and acceptance documents. The Vendor shall self-register at the web site. Available Training ? For questions on how to use WAWF, including how to submit your document, please go to: https://wawftraining.eb.mil. A WAWF practice site is also available at that same website. For questions or issues regarding technical issues, contact the Ogden, UT Help Desk at: Email: cscassig@csd.disa.mil CONUS Only: 1-866-618-5988 Commercial Fax: 801-605-7453 Commercial Phone: 801-605-7095 Questions or issues concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) office listed below: DFAS Location: DFAS-INDY GFEBS DFAS Vendor Pay Phone Number: 1-888-332-7366 Option 2 Note: Vendor, please have your purchase order/contract/delivery order number(s) ready when calling about payments. Vendor shall submit requests for payment per contract terms, and the Government shall process requests for payment per contract terms. Instructions to create payment requests: Vendor shall create the type of document(s) to request payment as indicated by the check(s) below. X Invoice and Receiving Report (Combo) Instructions for routing documents: The codes listed below will be required to route your documents through WAWF. Cage Code: Issue by DoDAAC: W911SR Admin by DoDAAC: W911SR Inspect by DoDAAC: W91B94 Accept by DoDAAC: W91B94 Ship to DoDAAC: W91B94 Local Processing Office DoDAAC: Payment Office DoDAAC: _________ When Vendor submits a document, WAWF will prompt asking for ?additional email submission? after clicking ?Signature?. Vendor shall enter the following email addresses to expedite the review and verification process: Procurement Contracting Officer: linda.s.ensminger.civ@mail.mil Technical Representative: __________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/02a2d646243b6ede4ee2ade7d5764d94)
 
Place of Performance
Address: APG, MD 21010
Zip Code: 21010-5401
 
Record
SN03415170-W 20140705/140704000638-02a2d646243b6ede4ee2ade7d5764d94 (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.