Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

J -- Wash Rack Maintenance, Repair and Operations, Fort Hunter Liggett, CA

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
685 Vernon Ave, Mountain View, CA 94043
 
ZIP Code
94043
 
Solicitation Number
W912CJ-14-T-0044
 
Response Due
9/24/2014
 
Archive Date
3/23/2015
 
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
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 W912CJ-14-T-0044 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 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.50M.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 2014-09-24 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The MICC Moffett Field requires the following items, Meet or Exceed, to the following: LI 001: WASH RACK MAINTENANCE, REPAIR AND OPERATIONS, FORT HUNTER LIGGETT Contractor shall provide all tools, materials, parts, equipment, labor, and supervision for preventive and required maintenance, repair, inspections and operations of the Tactical Vehicle Wash Rack in accordance with PWS and solicitation W912CJ-14-T-0044., 12, MO; LI 002: MANPOWER REPORTING 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., 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, MICC Moffett Field 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 Moffett Field 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 YOUR OFFER DOES NOT INCLUDE AND ADDRESS ALL OF THE ITEMS CALLED FOR UNDER EACH FACTOR BELOW, YOUR OFFER WILL BE DETERMINED TECHNICALLY UNACCEPTABLE AND WILL NOT BE CONSIDERED FOR AWARD. The Government will award a contract resulting from this reverse auction to the Lowest Priced, Technically Acceptable and responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to award without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The following factors shall be used to evaluate offers and will be based on pass or fail: 1. PREVIOUS EXPERIENCE: Identify Offeror's past and present corporate experience performing wash rack operations and maintenance services of similar size and scope within a federal, or DoD installation. The qualifying projects must also fall within the same magnitude or greater. Provide evidence of a minimum of two (2) contracts completed within the last five (5) years with the following information: ?Contract Number; ?Project Description; ?Period of Performance; ?Contract Value; ?Location; and ?Point of contact for the Contracting Officer (CO) and Contracting Officer's Representative (COR) to include Name, Phone Number and Email. 2. KEY PERSONNEL: Identify Supervisor, Inspector, Repair Technician and Operator. Provide evidence (i.e. resume) of the following: ?Supervisor shall have a minimum of two (2) years experience managing and supervision projects of similar size and scope. ?Inspector shall have a minimum of two (2) years experience with projects of similar size and scope. ?Repair Technician shall have a minimum of three (3) years experience working on wash racks of similar size and scope. ?Operator shall have a minimum of three (3) years experience operating a wash rack of similar size and scope. 3. PAST PERFORMANCE: Offerors are required to demonstrate recent (within the last five years), successful performance under contracts (at least 80% completed) which are similar in scope, magnitude, and complexity to the subject requirement providing a minimum of two (2) and a maximum of three (3) projects completed within the preceding five (5) years. Provide the same details required under Previous Experience factor above. SUBMITTAL OF YOUR OFFER IN RESPONSE TO THIS FEDBID BUY CONSTITUTES ACKNOWLEDGEMENT OF ALL TERMS AND CONDITIONS UNDER ATTACHED SOLICITATION W912CJ-14-T-0044. Please ensure you review attached solicitation. SITE VISIT: A site visit will be accommodated by contacting COR: Mr. Gennaro Messina at 831-386-3771, or by email at gennaro.d.messina.civ@mail.mil. It is Offeror's responsibility to ensure site visit is scheduled prior to solicitation due date. Deadline to submit all questions concerning this solicitation is 23 SEP 2014, 12:00 pm PST. No questions will be accepted, or considered after this deadline. Fedbid is a mechanism used by this office to solicit for common use commercial items in accordance with FAR 13.5. Fedbid is NOT a forum for filing protests against the Government. Attempts to file protests through Fedbid will not be considered legitimate as they do not conform to the requirements in the Federal Acquisition Regulation (FAR). It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. Interested parties wishing to file an agency protest directly with the Contracting Officer responsible for this acquisition should review the procedures at FAR Part 33 and send your protest to LTC Cassandra Lawrence, at cassandra.p.lawrence.mil@mail.mil. Interested parties wishing to file an agency protest must abide by the provisions in FAR Part 33, Protests, Disputes, and Appeals. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) 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. The address for filing a protest directly with AMC is: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 Ft Belvoir, VA 22060-5527; Facsimile number (703) 806-8866 or 8875. Packages sent Federal Express or UPS should be addressed to: HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Rm 2-1SE3401 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 HQ, AMC to obtain the AMC-Level Protest procedures. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. The applicable NAICS code for this procurement is 811310 Security Systems Services (except Locksmiths) with the related size standard of $7.5million. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote non-responsive. 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 52.212-2, Evaluation- Commercial Items; 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): 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 the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. SAM Requirement - Company must be registered on System for 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 New equipment ONLY, NO remanufactured products FOB Destination CONUS (CONtinental U.S.) Items quoted otherwise will not be accepted and your quote will be deemed nonresponsive Bid MUST be good for 60 days, after submission. No partial bids will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/848c0626a961206c64ca881197fdd046)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03518541-W 20140920/140919000051-848c0626a961206c64ca881197fdd046 (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.