SOLICITATION NOTICE
63 -- Card Reader Purchase
- Notice Date
- 8/11/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, DIRECTORATE OF CONTRACTING, DUGWAY, UT 84022
- ZIP Code
- 84022
- Solicitation Number
- W909NB-8100-0022
- Response Due
- 8/25/2008
- Archive Date
- 2/21/2009
- 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
- MODIFICATION NOTICE: Bids are being solicited under solicitation number W909NB-8100-0022. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 77196_01. GSA Schedule Bids Preferred, But Not Required: Sellers may either provide a GSA Schedule or an Open Market bid. If bidding with a GSA Schedule, the requested items must be on that Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-08-25 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be DUGWAY, UT 84022 The US ACA Dugway Proving Grounds requires the following items, Meet or Exceed, to the following: LI 001, Non-personal services requirement to provide for the acquisition and installation of a card reader system to be installed on a total of fourteen (14) doors, twelve (12) exterior doors and two (2) interior doors to Building's 4122 and 4126, Ditto Area, U.S. Army Dugway Proving Ground, Dugway, Utah. This requirement is to include a Pre-Proposal Conference and Site-Visit. Note: See attachment below., 1, EA; LI 002, Personnel Reporting requirements in accordance with FAR clause number 52.204-4000., 1, EA; For this solicitation, US ACA Dugway Proving Grounds 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. US ACA Dugway Proving Grounds is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers 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. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card "A" numbers or social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick- Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. New equipment ONLY, NO remanufactured products U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a) January 1st (b) 3rd Monday in January (c) 3rd Monday in February(d) Last Monday in May(e) July 4th (f) 1st Monday in September(g) 2nd Monday in October(h) November 11th (i) 4th Thursday in November(j) December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified DFARS CLAUSES Specifically, the following clauses cited are applicable to this requirement, and are incorporated by reference: DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.225-7036 Alt 1, BUY AMERICA ACT Free Trade Agreements- Balance of Payments Program; DFARS 252.232-7010, Levies on Contract Payments, Dec 2006; DFARS 252.227-7015 TECHNICAL DATA-COMMERCIAL ITEMS, NOV 1995; DFARS 252.227-7037, VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA, SEP 1999; DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS, MAR 2007; DFARS 252.247-7023, Alt III, Transportation of Supplies by Sea. DFARS CLAUSESSpecifically, the following clauses cited are applicable to this requirement, and are in full text: DFARS 252.211-7003, ITEM IDENTIFICATION AND VALIDATION, Jun 2005; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS, Mar 2008. Agencies may require registration with the Central Contractor Registry (CCR) or to receipt of order. Information can be found at www.ccr.gov Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card "A" numbers or social security number, date of birth, drivers license number and state where issued. The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. The prime contractor is responsible for security badges and/or protective masks issued to their employees and/or employees of their subcontractor(s). A designated representative (being an officer or supervisor of the prime contractor) shall co-sign for each individual when obtaining the required item(s). Additionally, the contractor shall provide to the Contracting Officer or the appointed Contracting Officers Representative (COR) a list of employees requiring masks/badges under the awarded contract prior to initiation of work. The Contractor shall be required to submit a certificate of return for all masks/badges from the cognizant office(s), to the Contracting Officer or the COR. For item(s) not returned, the replacement cost of the items will be deducted from the invoice or the Contractor will be invoiced if the replacement cost exceeds the amount due the Contractor. Access to U.S. Army Dugway Proving Ground (DPG) requires that Contractor employees voluntarily submit personal data (e.g., name, social security number, etc.) when applying for a DPG Identification Card or temporary access pass. This information is routinely used by DPG Law Enforcement and Security personnel to conduct drivers license and criminal history / background checks. Adverse information revealed by such checks (e.g., outstanding criminal warrants, criminal history indicating a potential risk to DPG Installation security, or similar negative information indicating a potential security and/or Law Enforcement risk to DPG), may result in a denial of access and/or reentry to U.S. Army Dugway Proving Ground. Delays caused by any adverse employee information do not constitute a basis for claim by the Contractor. It is the Contractors responsibility to assure all personnel scheduled to work on the installation have acceptable backgrounds. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. FAR CLAUSES Specifically, the following clauses cited are applicable to this requirement, and are incorporated by full text: FAR 52,212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONSCOMMKERCIAL IREMS, Nov 2007; FAR 52.212-4, CONTRACT TERMS AND CONDITIONSCOMMER ICAL ITEMS, Feb 2007; FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERSCOMMERCIAL ITEMS, Feb 2008. Specifically, the following clauses cited are applicable to this requirement, and are incorporated by fererence: FAR 52.204-7, Central Contractor Registration, Jul 2006; FAR 52.247-34, F.O.B. Detination, Nov 1991; FAR 52.219-6, Notice of Total Small Business Set-Aside, Jun 2003; FAR 52.219-28, Post Award Small Business Program Representations, Jun 2007; FAR 52.222-3, Convict Labor, Jun 2003; FAR 52.222-19, Child LaborCooperation with Authorities and Remidies, Feb 2008; FAR 52.222-21, Prohibition of Segregated Facilities, Feb 1999; FAR 52.222-26, Equal Opportunity, Mar 2007; FAR 52.222-36, Affirmative Action for Workers with Disabilities, Jun 1998; FAR 52.222-50, Combating Trafficking in Persons, Aug 2007; FAR 52.225-13, Restrictions on Certain Foreign Purchases, Feb 2006; FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration, Oct 2003; During performance of work on the installation, the Contractor shall conform to all safety rules and requirements issued by the Dugway Safety Office. The Contractor shall take all reasonable steps and precautions to prevent accidents, and preserve and protect personnel and property. Any violations of established safety and accident prevention rules and regulations may be grounds for termination of this contract. Services shall be performed during normal working hours (7:00 am to 5:30 pm) daily, except Fridays, Saturdays, Sundays, and holidays. (a)References: Secretary of the Army memorandum Accounting for Contract Services dated 7 Jan 2005. (b)Description: 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 personnel (including subcontractor personnel) required for the performance of this contract. (c)Delivery Instructions: The Contractor is required to completely fill in all of the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. (d)Preparation Instructions: The required information includes: (1)Contracting Office; Contracting Officer; 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 sub-contractors); (6)Estimated direct labor hours paid this reporting period (including sub-contractors); (7)Total payments (including sub-contractors); (8)Predominant Federal Service Code (FSC) reflecting the services provided by the contractor (and separate predominant FSC for each sub-contractor if different); (9)Estimated data collection cost; (10)Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity; (11)Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas locations, using standardized nomenclature provided on the website); (12)Presence of deployment of contingency contract language; and (13)Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30th of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from the Contractors systems to a 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. (a)All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractors company name and employees name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the companys discretion. No other items may be placed on the badge. (b)Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by contractor employee(s) to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officers Representative. (c)Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars. (d)All Contractor correspondence (written, facsimile, and email display) shall include their company name. This service contract will provide one-time service to install to include cleaning(s) during the contract term, lubricating, adjusting and repair or replacement of parts by qualified personnel from the result of normal usage during normal working hours 7:00 a.m. to 5:30 p.m., Monday through Thursday. Cost of emergency service calls, travel time, and mileage, as a result of the repair parts will be furnished by the Contractor without further cost to the Government. Billing by the contractor and payment by the government will be made 30 days after receipt of invoice. Prior to inspection of equipment, the Contractor will notify Jody Barrett, telephone number (435) 831-7392 of expected arrival time. Upon arrival at U.S. Army Dugway Proving Ground (DPG), the Contractors service representative will contact the same person shown above at which time he/she will be provided with a list of equipment and their location. NOTE: To assure prompt payment for services performed, please direct your service representative to deliver signed inspection slips (proof of service performed) to the Directorate of Contracting Office, Room, 1402, Building 5330, Dugway, Utah, or give them to the above mentioned person, or attach them to your invoices. The following is to be included on each inspection slip: (a)Contractors Name(b)Purchase or Delivery Order Number(c)Type, Model and Serial Number of Equipment Serviced(d)Period of Time Services are for(e)Date Serviced(f)Name of Service Representative(g)Signature of Responsbile Government employee verifying that services were performed U.S. Army Dugway Proving Ground operates on a four day work week, Monday through Thursday, from 7:00 a.m. through 5:30 p.m. (local time), except for federal holidays. (Service calls should be scheduled to conform with this time frame and will not be performed on Friday, Saturday, Sunday or federal holidays unless otherwise authorized by the contracting officer). The following federal holidays are observed: (a)January 1st(f)1st Monday In September(b)3rd Monday In January(g)2nd Monday In October(c)3rd Monday In February(h)November 11th (d)Last Monday In May(i)4th Thursday In November (e)July 4th (j)December 25th When any of the above holidays fall on Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday, the preceding Thursday is observed as the holiday. Any contract awarded as a result of this solicitation will be subject to Wage Determination 2005-2531, Rev. 5, dated 05/29/2008. The current wage determination(s) are attached to this order/contract.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0229b0338d18b6adafcf3c0ebb3fc6b5&tab=core&_cview=1)
- Place of Performance
- Address: DUGWAY, UT 84022<br />
- Zip Code: 84022-5000<br />
- Zip Code: 84022-5000<br />
- Record
- SN01637236-W 20080813/080811230904-0229b0338d18b6adafcf3c0ebb3fc6b5 (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 |