Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
MODIFICATION

72 -- Clear Mattresses

Notice Date
7/23/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
535 Kearney Ave., Fort Leavenworth, KS 66027
 
ZIP Code
66027
 
Solicitation Number
W91QF4-14-T-0078
 
Response Due
7/28/2014
 
Archive Date
1/24/2015
 
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 W91QF4-14-T-0078 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 337910 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 2014-07-28 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Leavenworth, KS 66027 The MICC Fort Leavenworth requires the following items, Brand Name or Equal, to the following: LI 001: MATTRESS MUST BE CLEAR VINYL, WELDED SEAM, NON-THREAD, NON-SCRIM WHICH THE MILITARY CORRECTIONAL COMPLEX REQUIRES TO PREVENT INMATES FROM HIDING ITEMS INSIDE THE MATTRESSES, AND FROM FASHIONING WEAPONS FROM THE THREAD FOUND IN MOST MATTRESSES. MATTRESS MUST BE MRSA AND BACTERIA RESISTANT, 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 Fort Leavenworth 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 Leavenworth 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. 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 Resolutions forum, rather than filing a protest with the General Accounting 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 Command Office of Command Counsel 9301 Chapek 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. The North American Industry Classification System (NAICS) code for this acquisition is _____. The small business size standard is 500 employees. ACCOUNTING FOR CONTRACTOR SERVICES a. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. b. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil. c. The required information includes: (1) Contracting Office, Contracting Officer, and Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number, (3) Beginning and ending dates covered by reporting period, (4) Contractor name, address, phone number, E-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on web site); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). d. As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. e. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each government fiscal year and must be reported by 31 October of each calendar year. f. Contractors may use a direct extensible Markup Language (XML) data transfer to the database server or fill in the Fields on the web site. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. COOPERATION WITH FORCE PROTECTION MEASURES a. As of January 1, 2002, the installation will institute 100% controlled access. Controlled access means there will be military police located at the entry gates. Vehicles entering the installation may be subject to stop and search procedures. At times of increased security alerts, control may be increased or access may be restricted completely. Some gates may be closed during periods of the day or night. b. The Contractor may be responsible for furnishing to each employee, and for requiring each employee engaged on the work, to display or possess identification as may be approved and directed by the Contracting Officer. All prescribed identification shall immediately be delivered to the Contracting Officer for cancellation upon the release of any employee. c. Contractors shall obtain a vehicle registration pass for each contractor vehicle and for each contractor-employee?s private vehicle brought onto the installation. To register a vehicle, the operator will be required to provide proof of vehicle registration, driver?s license and proof of insurance. Passes issued to contractors and their employees are valid for 90 days and must be renewed upon expiration. d. Prior to vehicle registration, contractors shall provide a roster of all employees? names who will access the Fort during the performance of the contract. That roster shall be provided to the Contracting Officer and to the Provost Marshal?s Office (PMO). That roster shall be subsequently updated by the contractor as changes occur and provided to the Contracting Officer and to the PMO. It is the responsibility of the contractor to provide the Contracting Officer and the PMO the names of all terminated employees as they occur. e. The contractor agrees to abide by and cooperate with Force Protection measures that are implemented on the military installation. (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. Company must be registered on Systems Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to SAM web site at http://www.sam.gov. The following factors shall be used to evaluate offers: Award will be made on the basis of lowest price technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. All invoices shall be uploaded through Wide Area Workflow. Information is available at https://wawf.eb.mil/ The following provisions are applicable to this solicitation and may be viewed at http://farsite.hill.af.mil: 52.209-5 (Certification Reguarding Responsibility Matters), 52.211-6 (Brand Name or Equal), 52.212-1 (Instructions to Offerors- Commercial Items), 52.212-2 (Evaluation- Commercial Items), 52.212-3 (Offeror Representations and Certifications- Commercial Items) (Jun 2008). 252.225-7031 (Secondary Arab Boycott of Israel) The following clauses will be in the contract and may be viewed at http://farsite.hill.af.mil/: 52.204-7 (Central Contractor Registration), 52.212-4 (Contract Terms and Conditions ? Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items), 52.219-6 (Notice of Total Small Business Set Aside), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 Child Labor, 52.222-21 (Prohibition of segregated facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.222-50 (Combat Trafficking in Persons), 52.232-33 (Payment by Electronic Funds Transfer ? Central Contractor Registration),52.225-13 (Restrictions on Certain Foreign Purchases), 52.247-34 (FOB Destination), 52.252-2 (Clauses Incorporated by Reference). The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses shall apply: 252.204-7004 Alternate A Central Contractor Registration, 252.211-7003 ALT I (Item Identification and Valuation) (Aug 2008), 252.212-7001 (Contract Terms and Conditions required to implement statues or executive orders) (Sep 2008), 252.225-7001 (Buy American Act and Balance of Payments) (Jun 2005), 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 (Electronic Submission of Payment Requests) (Mar 2008), 252.243-7001 (Pricing of Contract Modifications), 252.247-7023 ALT III (Transportation of Supplies by Sea), 252.232-7010 (Levies on Contract Payments) The Contractor will provide a signed copy of the Buy American Act certificate with their quotes. A copy of the clause 252.225-7001 can be viewed at http://farsite.hill.af.mil/VFDFARA.HTM. FOB Destination terms apply to this acquisition. The quotation price shall include all shipping and handling charges. Shipping and/or handling charges shall not be listed in the quotation as a separate line item entry. Applicable shipping or handling charges shall be included into the unit/extended price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/53b08143a55eb28cd41b52d3a5c3d6b6)
 
Place of Performance
Address: Fort Leavenworth, KS 66027
Zip Code: 66027
 
Record
SN03434544-W 20140725/140723235014-53b08143a55eb28cd41b52d3a5c3d6b6 (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.