SOLICITATION NOTICE
V -- Crating/Shipping (Transporting) of Museum Historical Collection
- Notice Date
- 6/16/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Fort Hood, 1001 761st Tank Battalion Ave, Fort Hood , TX 76544
- ZIP Code
- 76544
- Solicitation Number
- WANGAA91410001
- Response Due
- 6/30/2009
- Archive Date
- 12/27/2009
- 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
- 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 WANGAA91410001 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 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 484230 with a small business size standard of $25.50M. 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 2009-06-30 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Ft Hood, TX 76544 The USA ACA Fort Hood requires the following items, Meet or Exceed, to the following: LI 001, PACKING AND CRATING - The contractor shall furnish all necessary labor, materials, and equipment to crate and soft pack the artifacts, library, archives, and exhibit support articles of the U.S. Army 4th Infantry Division Museum at Fort Hood, TX. This work is to be completed in strict accordance with the specifications in the attached Performance Work Statement (PWS). The contractor shall perform the necessary services and provide the necessary supplies in accordance with the requirements in the PWS. The Museum Collection is located in 3 buildings at Fort Hood TX, 76544. Building 9573 is two-story, loading dock is available; Building 418 is one-story no loading dock; Building 419 is one-story, no loading dock., 1, EA; LI 002, SHIPPING (TRANSPORTING) - The contractor shall furnish all necessary labor, materials, and equipment to ship (transport) the artifacts, library, archives, and exhibit support articles of the U.S. Army 4th Infantry Division Museum at Fort Hood, TX to Fort Carson, CO. This work is to be completed in strict accordance with the specifications in the attached PWS. The Contractor shall deliver and arranged the packaged and crated artifacts, library, archives, and exhibit support articles in a facility, which will be Government provided, at Fort Carson. The contractor shall perform the necessary services and provide the necessary supplies in accordance with the requirements in the PWS. The Museum Collection is located in 3 buildings at Fort Hood TX, 76544 and will be moved to Bldg 2651, Fort Carson, CO. 80913., 1, EA; For this solicitation, USA ACA Fort Hood 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 Hood 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. The apparent awardee shall acknowledge acceptance of any and all re-postings (amendments), in writing, prior to any award resulting from this solicitation. This solicitation has been amended to:(1).(2).(3). Etc.All other terms and conditions remain the same. NAICS Code 484230, Specialized Freight, Trucking, Long-Distance must be on Contractor's CCR before a bid can be accepted 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. See attached applicable provisions and clauses. Response from vendors is required, if applicable, to the following: 52.209-5, 52.209-6, 52.212-3, 52.212-3 Alt1, 52.222-48 and 252.247-7022. Any applicable provisions and clauses must be provided electronically prior to the solicitation closing time and date by email to clientservices@fedbid.com Proposed responders must submit any questions concerning this solicitation before June 25, 4:00 pm CST, to reasonably expect a response from the Government. Those questions not received within the prescribed date will not be considered. (a) 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, price and other factors considered. The following factors, listed in order of importance, shall be used to evaluate offers: 1.Required Bonding: Fine Arts Packers are required for this contract and must have the necessary licensing and bonding to support the estimated value of the collection of approximately $20-25 million dollars. The Contractor shall provide evidence of the required bonding within 8 hours (one workday) after the FedBid End Date for this solicitation. Failure to provide the required bonding will automatically disqualify the apparent lowest offeror. 2. Required Resumes: Contractors shall submit, resumes for each packer, handler, and driver to be assigned to the contract. Resumes shall reflect documented training in packing and handling of museum objects and reflects a minimum of one-year experience in the museum packing trade. The Contractor shall provide the required resumes within 8 hours (one workday) after the FedBid End Date for this solicitation. Failure to provide the required resumes will automatically disqualify the apparent lowest offeror. 3.Price 4.Delivery (Start Date) (b) Material Samples: The apparent lowest offeror shall provide samples of the proposed packing material, no larger than 2' x 2' squares, and the names of the vendors providing the material to the Contracting Officer for evaluation and approval within 2 calendar days of notification by the Government that section (a) above has been satisfied. The Government will provide written acceptance of the samples within 2 calendar days of receipt. If a material sample is found to be unacceptable, the contractor shall provide an alternate sample and the name of the vendor providing the material within 2 calendar days of notification that the sample is unacceptable. Quote MUST be good for 30 days after submission. FOB Destination CONUS (CONtinental U.S.) Details are attached
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK15/WANGAA91410001/listing.html)
- Place of Performance
- Address: Ft Hood, TX 76544<br />
- Zip Code: 76544<br />
- Zip Code: 76544<br />
- Record
- SN01845725-W 20090618/090616235052-5ff3586ce24d1c9278897784d88ec445 (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 |