Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SOLICITATION NOTICE

H -- Option Final Bid - with 4 Options - Final Bid - Annual JUMP TOWER Certification/Inspection

Notice Date
6/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
6600 Meloy Drive, Fort Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
10889875-RePost_862456
 
Response Due
7/6/2017
 
Archive Date
1/2/2018
 
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
Woman Owned 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 10889875-RePost_862456 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 333923 with a small business size standard of 500.00 employees. This requirement is an [ Women-Owned 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 2017-07-06 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The MICC Fort Benning requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 08/01/2017 - 03/31/2018 LI 001: Tower Inspection/Certification Services - Annual, as per Performance Work Statement (PWS) Contractor shall conduct a safety and structural integrity inspection of (2ea) 250ft Jump Towers and (7ea) 34ft Jump Towers using certified structural or architectural engineer(s) and appropriate supporting personnel. Inspection shall include all connecting components and parts of these towers. Repairs and maintenance shall be executed in order to pass all inspections. Refer to Section 5.6.1 for items that need correction immediately. Equipment will be inspected, repaired and maintained as per the PWS., 1, job; LI 002: Repair Parts, as needed. DO NOT PRICE THIS CLIN. This CLIN will be used to purchase and ship equipment/parts, if needed, 1, job; LI 003: Contract Manpower Reporting. DO NOT PRICE THIS CLIN. The contractor is required to completely fill in all the information in the format: https://cmra.army.mil/default.aspx as per PWS., 1, each; Option 1 Period of Performance: 04/01/2018 - 03/31/2019 LI 001: Option Period 1. Tower Inspection/Certification Services - Annual, as per Performance Work Statement (PWS) Contractor shall conduct a safety and structural integrity inspection of (2ea) 250ft Jump Towers and (7ea) 34ft Jump Towers using certified structural or architectural engineer(s) and appropriate supporting personnel. Inspection shall include all connecting components and parts of these towers. Repairs and maintenance shall be executed in order to pass all inspections. Equipment will be inspected, repaired and maintained as per the PWS., 1, Job; LI 002: Option Period 1. Repair Parts, as needed. DO NOT PRICE THIS CLIN. This CLIN will be used to ship equipment/parts, if needed, 1, Job; LI 003: Option Period 1. Contract Manpower Reporting. DO NOT PRICE THIS CLIN. The contractor is required to completely fill in all the information in the format: https://cmra.army.mil/default.aspx as per PWS., 1, each; Option 2 Period of Performance: 04/01/2019 - 03/31/2020 LI 001: Option Period 2. Tower Inspection/Certification Services - Annual, as per Performance Work Statement (PWS) Contractor shall conduct a safety and structural integrity inspection of (2ea) 250ft Jump Towers and (7ea) 34ft Jump Towers using certified structural or architectural engineer(s) and appropriate supporting personnel. Inspection shall include all connecting components and parts of these towers. Repairs and maintenance shall be executed in order to pass all inspections. Equipment will be inspected, repaired and maintained as per the PWS., 1, Job; LI 002: Option Period 2. Repair Parts, as needed. DO NOT PRICE THIS CLIN. This CLIN will be used to ship equipment/parts, if needed, 1, Job; LI 003: Option Period 2. Contract Manpower Reporting. DO NOT PRICE THIS CLIN. The contractor is required to completely fill in all the information in the format: https://cmra.army.mil/default.aspx as per PWS., 1, each; Option 3 Period of Performance: 04/01/2020 - 03/31/2021 LI 001: Option Period 3. Tower Inspection/Certification Services - Annual, as per Performance Work Statement (PWS) Contractor shall conduct a safety and structural integrity inspection of (2ea) 250ft Jump Towers and (7ea) 34ft Jump Towers using certified structural or architectural engineer(s) and appropriate supporting personnel. Inspection shall include all connecting components and parts of these towers. Repairs and maintenance shall be executed in order to pass all inspections. Equipment will be inspected, repaired and maintained as per the PWS., 1, Job; LI 002: Option Period 3. Repair Parts, as needed. DO NOT PRICE THIS CLIN. This CLIN will be used to ship equipment/parts, if needed, 1, Job; LI 003: Option Period 3. Contract Manpower Reporting. DO NOT PRICE THIS CLIN. The contractor is required to completely fill in all the information in the format: https://cmra.army.mil/default.aspx as per PWS., 1, each; Option 4 Period of Performance: 04/01/2021 - 03/31/2022 LI 001: Option Period 4. Tower Inspection/Certification Services - Annual, as per Performance Work Statement (PWS) Contractor shall conduct a safety and structural integrity inspection of (2ea) 250ft Jump Towers and (7ea) 34ft Jump Towers using certified structural or architectural engineer(s) and appropriate supporting personnel. Inspection shall include all connecting components and parts of these towers. Repairs and maintenance shall be executed in order to pass all inspections. Equipment will be inspected, repaired and maintained as per the PWS., 1, Job; LI 002: Option Period 4. Repair Parts, as needed. DO NOT PRICE THIS CLIN. This CLIN will be used to ship equipment/parts, if needed, 1, Job; LI 003: Option Period 4. Contract Manpower Reporting. DO NOT PRICE THIS CLIN. The contractor is required to completely fill in all the information in the format: https://cmra.army.mil/default.aspx as per PWS., 1, each; 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 Benning intends to document bids online to be facilitated by the third-party Marketplace, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. MICC Fort Benning 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. Refer to attachment CLAUSES for clauses pertinent to Solicitation.The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/ 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 aquisition. 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 DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 Item Identification and Valuation (JUN 2005); 252.246-7000 Material Inspection and receiving Report 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. Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) Submission of Offers in the English Language (a) EVALUATION FACTOR. 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, considering PRICE ALONE. (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. Refer to attachment OFFER INSTRUCTIONS for information pertinent to Submittal and Evaluation of Offers. Pursuant to FAR Part 9, the Contracting Officer is required to make a determination regarding the responsibility of the proposed awardee. Following receipt of offers, the Contracting Officer or Specialist will send a form, designed to elicit financial information from an offeror's financial institution, to those offerors having a reasonable chance at receiving the award under this solicitation. You should forward that form to your financial institution and have the financial institution complete and send it directly to the Contract Specialist. For sections 2 and 4 on the document, the financial institution may answer with high, medium or low or they can answer with a numerical amount. The form must be returned to the MICC within three (3) business days. In the absence of this information, the Contracting Officer will have no choice except to find your company "not responsible," a finding which will make you ineligible for award. Bid MUST be valid for 30 calendar days after submission No partial shipments unless otherwise specified at time of order FOB Destination CONUS (CONtinental U.S.) New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. In accordance with DFARS 252.232-7003, “Electronic Submission of Payment Requests and Receiving Reports ”, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under “about WAWF ”. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Effective 1 October 2014, all personnel requiring access to the installation shall possess either a Common Access Card (CAC), Military ID or Individual temporary pass issued by the Fort Benning Directorate of Emergency Services (DES) pursuant to Army Directive 2014-05, Policy and Implementation Procedures for Common Access Card Credentialing and Installation Access for Un-cleared Contractors. The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor ™s failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. Contractor Inspection Requirements (Apr 1984) The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers ™ parts. This clause takes precedence over any Government inspection and testing required in the contract ™s specifications, except for specialized inspections or tests specified to be performed solely by the Government. (End of Clause) Inspection of Services -- Fixed-Price (Aug. 1996) (a) Definition: śServices, ť as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. (b) The Contractor shall provide and maintain an inspection system acceptable to the Government covering the services under this contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the Government during contract performance and for as long afterwards as the contract requires. (c) The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. (d) If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties. (e) If any of the services do not conform with contract requirements, the Government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may -- (1) Require the Contractor to take necessary action to ensure that future performance conforms to contract requirements; and (2) Reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may -- (1) By contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service; or (2) Terminate the contract for default. (End of Clause) Wage Determination that applies to this order: WD 15-4527 (Rev.-2) was first posted on www.wdol.gov on 01/03/2017 Wage Determination No.: 2015-4527 Revision No.: 2 Date Of Revision: 12/30/2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/838a814922ddb954b6e31294d79bc560)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04559682-W 20170629/170627235910-838a814922ddb954b6e31294d79bc560 (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.