Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2008 FBO #2398
SOLICITATION NOTICE

S -- Meals, Training, and Lodging for West Port JCLC

Notice Date
6/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, Installation Support Division - Eustis, Building 2746, Ft. Eustis, VA 23604
 
ZIP Code
23604
 
Solicitation Number
W900NB8170J159
 
Response Due
6/20/2008
 
Archive Date
12/17/2008
 
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
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W900NB8170J159 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 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 722310 with a small business size standard of $19M. 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 2008-06-20 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Monroe, VA 23651 The USA ACA Fort Eustis requires the following items, Meet or Exceed, to the following: LI 001, Meals for Cadets, 4010 total meals. Meal schedule is as follows: Breakfast for 250 cadets 24-28 June 2008, Lunch for 250 Cadets 23-28 June 2008, Dinner for 250 Cadets 23-27 June 2008, Lunch for 5 Cadets 22 June 2008, Dinner for 5 Cadets 22 June 2008. Breakfasts (250 x 5 = 1250), Lunches (250 x 6) + 5 = 1505, Dinners (250 x 5) + 5 = 1255. For more information please see the Performance Work Statement., 4010, EA; LI 002, Meals for Cadre, 1085 total meals. Meal schedule is as follows: Breakfast for 65 Cadre 24-28 June 1008, Lunch for 65 Cadre 23-28 June 2008, Dinner for 65 Cadre 23-27 June 2008, Breakfast for 15 Cadre 22 June 2008, Lunch for 15 Cadre 22 June 2008, Dinner for 15 Cadre 22 June 2008. Breakfasts (65 x 5) + 15 = 340, Lunches (65 x 6) + 15 = 405, Dinners (65 x 5) + 15 = 340. For more information please see the Performance Work Statement., 1085, EA; LI 003, Potable drinking water, per liter. 15,000 liters total., 15000, LB; LI 004, Potable ice, per pound. 12,000 pounds total., 12000, LB; LI 005, Cadet Lodging for 250 cadets for 22-27 June 2008 (6 nights). Required for cadet lodging are 2-person tents with individual elevated bedding. (250 cadets x 6 nights = 1,500), 1500, EA; LI 006, Cadre Lodging for 65 cadre for 22-27 June (6 nights). Required for cadre lodging are indoor, climate-controlled rooms containing beds and linnens. Accomodations must allow good visibility of the camp to ensure cadet safety, particularly during sleeping hours. (65 cadre x 6 nights = 390), 390, EA; For this solicitation, USA ACA Fort Eustis 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. USA ACA Fort Eustis 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. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to sean.broadway@us.army.mil (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. 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. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR and DFARS clauses apply: 52.247-34, 52.252-2, 252.204-7004 Alt A, 252.212-7001, 252.204-7003. For the full text of the FAR Clauses may be accessed at http://www.acqnet.gov/far.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3967cf7bb55522636da5f415ec1e51b2&tab=core&_cview=1)
 
Place of Performance
Address: Fort Monroe, VA 23651
Zip Code: 23651
 
Record
SN01595686-W 20080620/080618215246-3967cf7bb55522636da5f415ec1e51b2 (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.