Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
MODIFICATION

J -- MAINTENANCE FOR UN-INTERRUPTED POWER SUPPLY

Notice Date
8/5/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
2021 Club Road, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
F3LPAA1143A001
 
Response Due
7/14/2011
 
Archive Date
1/10/2012
 
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
CANCELLATION NOTICE: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 F3LPAA1143A001 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 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 333999 with a small business size standard of 500.00 employees.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 2011-07-14 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be (FORT BLISS) EL PASO, TX 79916 The U.S. Army ACC MICC Fort Bliss requires the following items, Brand Name or Equal, to the following: LI 001, Non-personal Service: Un-interrupted Power Supply (UPS), Model Silcon (SL320KG; serial# WE042110201, Battery Cabinet SLB240K320G6-2C; Serial#WF03511A0014.Maintenance consists of : Advantage Ultra., Next Business Day# DBADVULTRA-SL-21 to include 2- 5x8 Battery PM visit (Monday thru Friday) preventative maintenance visit and remote monitoring service. Battery cabinet preventative maintenance 5x8 (Mon-Fri), BT20, 2 semi-annual visits per year. Eight (8) hour response upgrade# DBUG8 HRS. Period of Performance: 16 July 2011 thru 15 July 2012., 12, MONTHS; LI 002, Contractor Manpower ReportingNot Separately Priced. Contract Manpower Reporting at the Direction of the Secretary of the Army - must be completed by 31 October of the contract year., 1, EA; 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, U.S. Army ACC MICC Fort Bliss 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. U.S. Army ACC MICC Fort Bliss 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. 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 michael.rias@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 52.211-6, Brand Name or Equal, 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. DFAR 252.232-7010, Levies on Contract Payments; and DFAR 252.211-7003 Item Identification and Valuation. 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: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33, and 52.252-2. The full text of FAR and DFAR clauses may be accessed electronically at http://www.acqnet.gov/far and http://farsite.hill.af.mil/. The following DFAR clauses in paragraph (b) of DFAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, will apply: DFAR 252.232-7003, Electronic Submission of Payment Requests; and Alternate III of DFAR 252.247-7023. Service shall be made within 07 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. ORCA Requirement - Company must be registered on ORCA (Online Representations and Certifications Application) before an award could be made to them. If company is not registered in ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/login.aspx. 333999 All Other Miscellaneous General Purpose Machinery Manufacturing The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where you shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. You are required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes, but is not limited to: a. Contracting Office, Contracting Officer, Contracting Officer's Representative; b. Contract number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including subcontractors); f. Estimated direct labor dollars paid tis reporting period (including subcontractors); g. Total payments (including subcontractors); h. Predominant Federal Service Code (FSC) reflecting services provided by the Contractor (and separate predominant FSC for each subcontractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC)--the UIC is W45QML; k. Locations where the Contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). Contractors may use a direct XML data transfer to the database server or CMR XML converter to generate XML files to transfer XML data to the database server. The XML direct transfer is a format for transferring files from a Contractor's systems to the 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. Information from the secure web site is considered to be proprietary in nature when the contract number and Contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the Contractor's name and contract number associated with the data. For internal Army Analysis, the reports and queries from the database shall not contain proprietary data. Reporting period will be the period of performance of the contract not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Under this Contract, you will have one reporting periods: 01 October 2011 thru 30 September 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e86a19bea8440d5b89dc5c6b157da15)
 
Place of Performance
Address: (FORT BLISS) EL PASO, TX 79916
Zip Code: 79916-6812
 
Record
SN02523925-W 20110807/110805235217-0e86a19bea8440d5b89dc5c6b157da15 (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.