Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2010 FBO #2990
SOLICITATION NOTICE

99 -- Underwater UXO Clearance

Notice Date
1/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
2103 S 8th Ave, Fort McCoy, WI 54656
 
ZIP Code
54656
 
Solicitation Number
W911SA-10-T-0090
 
Response Due
2/4/2010
 
Archive Date
8/3/2010
 
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 W911SA-10-T-0090 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 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 561990 with a small business size standard of $7.00M. 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 2010-02-04 17:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The US ACA FT McCoy requires the following items, Meet or Exceed, to the following: LI 001, Non-personal service provide all necessary labor, transportation, materials, equipment, and supervision required to perform Underwater UXO Clearance for Alderwood Lake at Fort McCoy, Wisconsin in accordance with the statement of work and the term and conditions of the solicitation and resultant contract., 1, LS; LI 002, Contract Manpower Reporting - DO NOT PRICE THIS LINE ITEM COSTS SHOULD BE CAPTURED IN THE ABOVE LINE ITEM(S). Not Separately priced (NSP) The contractor shall report ALL contractor manpower required for performance of direct service labor applicable to this contract (i.e. installation service labor). See Contractor Manpower Reporting instructions in the Supplemental Information. If needed, please refer to the CMR users guide at the web address https://cmra.army.mil to assess the level of effort that will be required to comply with this requirement. Reporting must occur by Oct 31 for all contracts that were modified or created during the just completed fiscal year (Oct 1 to Sep 30). If contract performance is completed before Sep 30 of a fiscal year, the data may be entered upon contract completion rather than waiting for the end of the fiscal year., 1, EA; For this solicitation, US ACA FT McCoy 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. US ACA FT McCoy 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. This procurement is a Small Business Set Aside under the NAICS Code 561990 with a size standard of $7 Million. Only qualified sellers registered in CCR and ORCA under this NACIS Code will be considered for this RFQ. A site visit is scheduled for -MONDAY- at 1 February 2010 0900 CST- Interested attendees are asked to meet in Bldg 2103, Fort McCoy, Wi 54656 The POC for the solicitation is Dawn Poppler dawn.poppler@us.army.mil. For Site Visit information, see Site Visit clause 52.237-1. Unless you already have a permanent vehicle pass, you will be required to obtain a one-day vehicle pass. You will be required to present the following information: (1) vehicle registration, (2) valid drivers license, (3) or car rental agreement (if applicable). Attendees at the pre-proposal conference/site visit are cautioned that the Government will not wait for anyone who is late or lost and will not hold another pre-proposal conference/site visit. Remarks, explanations and answers provided by Government representatives before, during and after the site visit shall not change or qualify any of the terms or conditions of the solicitation. The solicitation can only be changed by a formal written amendment issued by the Fort McCoy Contracting Office Written questions must be furnished to the Government no later than -3 February 2010 - at 1500hrs in order to ensure a timely response is provided by the solicitation closing date. All questions are to be submitted in writing at the time indicated in the solicitation or they may not be addressed before solicitation closing date; therefore, offerors are advised to submit questions as soon as possible. Please provide your company name, telephone, point of contact, e-mail address, and solicitation number on all questions. The Government will respond to questions via the issuance of an amendment which incorporates the question and the Governments response. Period of Performance - 5 February 2010 to 1 May 2010 ****THE UXO CLEARANCE PORTION OF THIS REQUIREMENT SHALL BE COMPLETED NO LATER THAN 15 MARCH 2010 FOB Destination CONUS (CONtinental U.S.) Company shall 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 provisions are applicable: FAR 52.212-1 Instructions to Offerors-Commercial; FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and CertificationsCommercial Items; and 52.252-1, Solicitation Provisions Incorporated by Reference The following clauses are applicable: FAR 52.204-8, Annual Representations and Certifications, 52.204-4, Printed or Copied Double-Sided on Recycled Paper ; 52.209-6, Protecting the Governments Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment,; FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-commercial Items applies with the following applicable clauses in paragraph (b):, 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39; Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires ; 52.228-5 Insurance--Work on a Government Installation; 52.242-13, Bankruptcy ; 52.252-2, Clauses Incorporated by Reference. DFARS Clause 252.212-7001; Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b): 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. Other provisions and clauses that apply include DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.204-7007, Alternate A, Annual Representations and Certifications; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, 252.204-7000, Disclosure of Information; 252.204-7003, Control of Government Personnel Work Product; 252.232-7010, Levies on Contract PaymentsThe full text of a FAR/DFAR provision or clause may be accessed electronically at http://www.acqnet.gov/far. Prospective contractors who have not completed electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration (CCR) database, shall complete and submit FAR 52.212-3 Alternative 1 to be eligible to receive an award for this solicitation. Quote SHALL be good for 90 calendar days after submission. 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 An award for this requirement will be made pursuant to FAR 13.5, Test Program for Certain Commercial Items. If you have questions pertaining to this contract after contract award (i.e. questions regarding delivery, invoice procedures, etc.), please request assistance from the Contract Administrator. Be sure to include the contract number in your request for assistance. Requesting contract administration assistance from any other individual could result in a delayed response. Ms. Patricia Thorstad 608-388-8922 ALL DISCOURSE CONCERNING THIS SOLICITATION AND ITS REQUIREMENT SHALL BE DIRECTED TO THE FORT MCCOY CONTRACTING OFFICE. ANY REMARKS, EXPLANATIONS, ANSWERS PROVIDED BY ANY OTHER GOVERNMENT REPRESENTATIVE SHALL NOT CHANGE OR QUALIFY ANY OF THE TERMS OR CONDITIONS OF THE SOLICITATION. THE SOLICITATION SHALL ONLY BE CHANGED BY A WRITTEN AMENDMENT ISSUED BY THE FORT MCCOY CONTRACTING OFFICE. The following is attached to this RFQ and will be incorporated into any resulant contract either by reference or full text. Addendum to RFQ W911SA-10-T-0090 (7 Pages)W911SA-10-T-0090 Dam Map (1 Page)W911SA-10-T-0090 PWS (5 Pages)Past Peformance Survey (5 Pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa13bbdc5d7296ea897d5466d8f19454)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02052755-W 20100131/100129234756-aa13bbdc5d7296ea897d5466d8f19454 (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.