Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2011 FBO #3571
SOLICITATION NOTICE

N -- CONVERTER AND PDU INSTALLATION/MAINTENANCE SERVICES - FORT SILL,OK

Notice Date
9/2/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
MICC - Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L11T0117
 
Response Due
9/12/2011
 
Archive Date
11/11/2011
 
Point of Contact
Malisa Tubtim, 5804428891
 
E-Mail Address
MICC - Fort Sill
(malisa.tubtim@conus.army.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PART: U.S. Government Procurements SUBPART: Services, Equipment and Material CLASS CODE: N061 OFFICE ADDRESS: MICC-Installation Contracting Office-Fort Sill 1803 Macomb Road Fort Sill, Ok 73503-9011 Combination Synopsis Solicitation SOL #: W9124L-11-T-0117 Response Date: 12 September 2011 by 4:00 p.m. Central Standard Time (CST) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Solicitation W9124L-11-T-0117 is a Request for Quotation (RFQ) for Installation and Maintenance of Power Distribution Units (PDUs) and Converters, in accordance with the Government's requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, effective 5 July 2011. The North American Industrial Classification System (NAICS) number is 238210 and the business size standard is $14 million. This proposed acquisition is reserved for 100% Economically Disadvantaged Women Owned Small Businesses (EDWOSB). All prospective offerors must be actively registered in Central Contractor Registration (CCR) and have the specified NAICS code listed on the CCR. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html Payment will by Wide Area Work Flow (WAWF). The government will not and cannot make payment through PayPal. The following shall be conducted at Building 4100, General Instruction Facility Area, Fort Sill, Oklahoma 73503, as described in the Performance Work Statement. Please provide your quotation in the space provided below: CLIN 1000 - (1) - Power Distribution Unit (PDU) Adapter Installation Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 1001 - (1) - PDU and Converter Maintenance; Period of Performance: 26 September 2011 to 25 September 2012 Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 1002 - (1) - Contractor Manpower Report, due 31 October 2011 Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 1003 - (1) - Contractor Manpower Report, due 31 October 2012 Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 2000 - (1) - Option Year One -- PDU and Converter Maintenance - Period of Performance: 26 September 2012 to 25 September 2013 Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 2001 - (1) - Option Year One -- Contractor Manpower Report, due 31 October 2013 Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 3000 - (1) - Option Year Two -- PDU and Converter Maintenance - Period of Performance: 26 September 2013 to 25 September 2014 Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 3001 - (1) - Option Year Two -- Contractor Manpower Report, due 31 October 2014 Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 4000 - (1) - Option Year Three -- PDU and Converter Maintenance - Period of Performance: 26 September 2014 to 25 September 2015 Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 4001 - (1) - Option Year Three -- Contractor Manpower Report, due 31 October 2015 Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 5000 - (1) - Option Year Four -- PDU and Converter Maintenance - Period of Performance: 26 September 2015 to 25 September 2016 Unit Price $_______ x _______ Each = Extended Price $_______. CLIN 5001 - (1) - Option Year Four -- Contractor Manpower Report, due 31October 2016 Unit Price $_______ x _______ Each = Extended Price $_______. Performance Work Statement: 1.0 BACKGROUND 1.1 The 3rd Battalion (BN), 6th Air Defense Artillery (ADA) School uses twenty (20) Hobart ADV commercial power converters, and thirty-two (32) Wolf Power, Power Distribution Units (PDUs) to supplement the demand for high voltage (400 Hz) electrical power needed to train and operate on a daily basis. 3rd BN, 6th ADA School needs a service provider to perform the routine scheduled maintenance and unscheduled corrective maintenance to repair its converters, PDUs, power cables, and associated equipment and to install power receptacles on the existing PDUs. 1.2 Due to the warranty currently on the equipment and risk presented by the constant high voltage and the intricate nature of the converters, the provision of daily converter maintenance and repair is required to be provided by personnel that are specialized in the performance of the required tasks on this equipment. 2.0 TECHNICAL REQUIREMENTS 2.1 This requirement is to provide non-personal services in the areas of installation and maintenance support. 2.2 The assigned Contractor shall comply with Installation Policies, 6th Brigade (BDE), 3-6 BN ADA School, Standard Operating Procedures (SOPs), and policies when performing any actions under this PWS which are posted at the entrance inside Building 4100, General Instruction Facility Area, Fort Sill, Oklahoma 73503. 2.3 All employees of the Contractor must have a security clearance of "SECRET" as a minimum. Therefore, prior to any Contractor being assigned to the 6th BDE, 3-6 BN ADA School, the Contractor must be in compliance with these prerequisite requirements. The government will not be responsible for bearing the cost of fulfilling the previously mentioned prerequisite requirements. 2.4 The Contractor shall have all valid licenses/certifications that are required to operate power generation equipment used by the Patriot system. The Contractor shall have valid licenses/certification by Hobart Ground Power to perform maintenance on the Hobart ADV 185KVA Solid State frequency converter and must be available upon request. 2.5 Contractor(s) performing maintenance will be available in an "on-call" basis within two (2) hours of notification. The primary work location is in Area 4100, General Instruction Facility Area, Fort Sill, Oklahoma 73503. 2.6 Base Period of Performance for installation services provided by the contract will be 26 September 2011 - 31 December 2011. 2.7 Base Period of Performance for maintenance services provided by this contract will be 26 September 2011 - 25 September 2012. 3.0 REQUIREMENTS a. The Contractor shall be required to remove existing hard wired power cables from the PDUs. Contractor shall package in government provided crates or pallets and move to Building 4101 maintenance bay for government disposition. Work will be completed as stated in paragraph 2.6. b. The Contractor shall install forty (40) connectors/receptacles onto ten (10) Patriot PDUs. Work will be completed as stated in paragraph 2.6. c. The Contractor shall install forty (40) power cables onto (40) connectors/receptacles installed on ten (10) Patriot PDUs. Work will be completed as stated in paragraph 2.6. d. Daily/Weekly: The Contractor shall be available for 24-hour emergency call-out; check and repair convertors and PDUs as necessary. Contractor shall report within two (2) hours of notification. e. Monthly: The Contractor shall run diagnostics, clean and service convertor units, and repair as necessary using Contractor provided repair parts. f. Quarterly: The Contractor shall run diagnostics, load bank convertor units, repair as necessary using Contractor provided repair parts. g. Semi-annually: The Contractor shall check all connections on convertors and PDUs and repair as necessary using Contractor provided repair parts. 4.0 GOVERNMENT FURNISHED PROPERTY 4.1 The government will provide all publications such as technical manuals needed for services provided under this contract. 4.2 The government will furnish the following PDUs and PDU adaptors under this contract: Description Part Number Connector MIS-20045/2-020 Patriot PDU Wolf Power WPP180 Power Cable 180.01.0148 Converter Hobart 180ADV 5.0 CONTRACTOR FURNISHED PROPERTY 5.1 The Contractor shall provide all tools, repair parts, and equipment necessary for the services performed under this contract. 6.0 QUALIFICATIONS 6.1 Contractor personnel performing converter maintenance services on behalf of the 6th BDE, 3-6 BN ADA School shall be certified to perform all services required, and must have a security clearance of up to "SECRET" level. The government will not be responsible for bearing the cost of fulfilling the previously mentioned prerequisite requirements. 6.2 If for any reason approved Contractor personnel are replaced, the replacement shall also be approved, by the Contracting Officer (KO) or their representative, prior to performing under this contract. 6.3 Contractor(s) must submit proof of certification with their resumes. 7.0 SPECIAL PROVISIONS 7.1 Contractor's employees shall comply with all rules and regulations of the installation, such as those concerning fire, safety, vehicle registration, wearing of vehicle seat belt, security of property and information, smoking and vehicle parking. 8.0 NON-PERSONAL SERVICES The Government and the Contractor understand and agree that the work described in this task order is a "Non-personal Services Contract" as defined in FAR Part 37.101. Therefore, it is further understood and agreed that the Contractor and/or the Contractor's employees: a. The Contractor shall perform the services described herein as independent contractors, not as employees of the Government. b. The Contractor shall NOT be placed in a position where they are under the supervision, direction or evaluation of a federal employee, military or civilian, but shall, pursuant to the Government's right to inspect, accept or reject work, comply with such general direction of the Contracting Officer or the duly appointed representative of the Contracting Officer as is necessary to ensure completion of the contract objectives. c. The Contractor shall NOT be placed in a position of command, supervision administration or control over DA military civilian personnel or personnel of other contractors, or becomes part of the Government organization. d. Further as this contract/task order does not create an employer-employee relationship, the entitlements and benefits applicable to such relationships do NOT apply. Such include, but are not limited to, federal income tax withholding, Federal Insurance Contributions Act (FICA), unemployment compensation and workman's compensation benefits by virtue of this contract/task order. 9.0 ORGANIZATIONAL CONFLICT OF INTEREST The Contractor will receive no privileged, proprietary, or otherwise sensitive information without the Government's knowledge and without both the Government and Contractor implementing appropriate safeguards or agreements thereon. Contractors will not divulge any information accessed and obtained during the course of performing this task to other Contractor staff or anyone outside the Government. Specifically, in addition to any organizational conflict of interest provision, contractor employees assigned to this project will be required, prior to contract start date, to sign the following Non-Disclosure Agreement (NDA) agreeing not to share any information or data with other contractor personnel not assigned to the project or, if assigned to the project, who has not signed an NDA. The signed NDAs will be furnished to the Contracting Officer (KO) and Contracting Officer Representative (COR) prior to contract performance. The company will include with its submission of the Request for Quotation (RFQ), its plan to "firewall" these employees and enforce this provision (i.e., internal controls, training, etc.). Failure to adhere to these NDA safeguards may result in termination of this task. Final authorship and copyright (if required) of any deliverable will be with the Government. The Contractor cannot gain any unfair advantage. The Contractor shall identify any organizational conflict of interest clauses they or their subcontractors are subject to, current or within three years of federal government contract services, by providing, with their offer, a copy of the clause, a description of the contract services performed, a contract number, a governmental point of contact, and a phone number for that point of contact. 10.0 TECHNICAL EXHIBIT LISTING SURVEILLANCE: The Government Contracting Officers Representative (COR) person will receive complaints from Government personnel and pass them to the contractor's quality control inspector (QCI) for correction. STANDARD: Customer complaints shall not exceed the thresholds cited above for each performance standard. The COR shall notify the Contracting Officer for appropriate action in accordance with FAR 52.212.4, Contract Terms and Conditions-Commercial Items (June 2010) or the appropriate Inspection of Services clause, if any of the above service areas exceed the customer complaint thresholds. PROCEDURES: Any Government employee that observes unacceptable services, either incomplete or not performed, for any of the above performance objectives should immediately contact the COR and the COR will complete appropriate documentation to record the complaint. The COR will consider the customer complaint valid upon receipt from the customer. The COR should inform the customer of the approximate time the unacceptable performance will be corrected and advise the customer to contact the COR if not corrected. The COR will consider customer complaints as resolved unless notified otherwise by the customer. The COR shall verbally notify the Contractor's Quality Control Inspector (QCI) to pick up the written customer complaint. The QCI will be given two hours after verbal notification to correct the unacceptable performance. If the QCI disagrees with the complaint after investigation of the site and challenges the validity of the complaint, the QCI will notify the COR. The COR will conduct an investigation to determine the validity of the complaint. If the COR determines the complaint as invalid, he will document the written complaint of the findings and notify the customer. The COR will retain the annotated copy of the written complaint for his/her files. If after investigation the COR determines the complaint as valid, the COR will inform the QCI and the QCI will be given an additional hour to correct the customer complaint. A customer complaint will not be recorded if proper and timely correction of the unacceptable condition(s) is accomplished. The QCI shall return the written customer complaint document, properly completed with actions taken, to the COR, who will file the complaint for monitoring future recurring performance. Recurring customer complaints are not permitted for any of the above service items. If a repeat customer complaint is received indicating the same deficiency during the service period (month, quarter, etc.), the COR should contact the Contracting Officer for appropriate action. PERFORMANCE REQUIREMENTS SUMMARY Duties include the successful accomplishment of these Critical Tasks: PERFORMANCE REQUIREMENTS SUMMARY MATRIX PERFORMANCE OBJECTIVE PERFORMANCE STANDARD ACCEPTABLE QUALITY LEVEL MONITORING METHOD Shall immediately install new screw on cable receptacles All installs will be without defect and all damaged cables will be removed IAW PWS 3.0 a. 95% free of customer complaints Daily/Weekly 24 hour availability for emergency call-outs. Check and repair converters and PDUs as necessary Will be available 24 hours a day and will respond within two hours after being called IAW PWS 3.0 b. 95% free of customer complaints Perform monthly checks All diagnostics are ran, clean and service converter units, repair as necessary IAW PWS 3.0 c. 95% free of customer complaints COR monthly checks Perform quarterly checks Run diagnostics; load bank converter units; repair as necessary IAW PWS 3.0 d. COR random checks Perform Semi-annual checks Check all connections on converters and PDUs; repair as necessary IAW PWS 3.0 e. COR random checks Quote should reflect FOB: Destination All Proposals shall be clearly marked with RFQ number W9124L-11-T-0117 and emailed to the Point of Contacts (POCs) listed below or faxed to 580-442-3819, no later than 4:00 p.m., CST, 12 September 2011. Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will cause for rejection of the bid/offer. Contact Malisa Tubtim, Phone: 580-442-8891/Fax: 580-442-3819/Email: malisa.tubtim@us.army.mil or Lisa Slagle, Phone: 580-442-3653/Fax: 580-442-8014/Email: lisa.g.slagle@us.army.mil if you have any questions/concerns. The following clauses are applicable to this acquisition and incorporated by reference: For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. FAR 52.204-4 Printed or Copied Double-Sided on Recycle Paper, FAR 52.204-7 Central Contractor Registration, FAR 52.204-9 Personal Identity Verification of Contractor Personnel, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.228-5 Insurance Work on a Government Installation, FAR 52.237-3 Continuity of Services, FAR 52.246-4 Inspection of Services-Fixed Price, DFARS 252.201-7000 Contracting Officers Representatives, DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 ALT A Required Central Contractor Registration, DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country, DFARS 252.211-7003 ALT 1 Item Identification and Valuation, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.243-7001 Pricing of Contract Modifications The following clauses are applicable to this acquisition and incorporated by full text: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, 52.252-2 Clauses Incorporated by Reference, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and DFARS 252.232-7003 Electronic Submission of Payment Requests. The following FAR clauses within clause 52.212-5 are being selected as applicable: 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-14, 52.219-28, 52.219-29, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. The following DFAR clauses within clause 252.212-7001 are being selected as applicable: 52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.237-7010 and 252.243-7002. The following Local Clauses are applicable to this acquisition and incorporated by full text: AMC Agency Level Protest, DoD Level 1 Antiterrorism (AT) Standards, and Nondisplacement of Qualified Workers The following provisions are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications - Commercial Items, 252.225-7031 Secondary Arab Boycott of Israel. The following provisions are incorporated by full text: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, and FAR 52.217-5 Evaluation of Options - As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services as the end of any performance period (base or option periods), utilizing the rates of that performance period. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items or, shall be registered in ORCA as per FAR 4.1201. CLARIFICATIONS AND ADDITIONAL REQUIREMENTS APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately 0.5 mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: Wage Determination No Date 05-2525 Revision 1306/13/2011 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 "Statement of Equivalent Rates for Federal Hires" incorporated into this contract by reference by FAR Clause 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items," the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASSMONETARY WAGE-FRINGE BENEFITS* Electronics Technician Maintenance III$21.50 - 36.25% ACCOUNTING FOR CONTRACT SERVICES 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 manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's 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 (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by 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 (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 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 a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. AWARD FOR BASE PERIOD ONLY Any award made as a result of this solicitation will be for the Base period only and will not include any Option period INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contracting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that "failure to provide such notice relieves the insurance company of any liability" shall not be written into the COI. (b) A Certificate of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at all times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (2-in-1) type. DO NOT USE: The Fast Pay Option Use the following DoDAAC's when providing invoices and receiving reports. Administered By:W9124L Payment Official:HQ0490 Issued By: W9124L Ship To:W45XU2 Acceptance By: W45XU2 NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: WILL BE PROVIDED UPON AWARD ACCEPTOR EMAIL:WILL BE PROVIDED UPON AWARD SPECIALIST EMAIL:malisa.tubtim@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). CONTRACT PERIOD Any contract awarded as a result of offers submitted under this RFQ shall extend from 26 September 2011, or date of contract award, whichever is later, through 25 September 2012, unless sooner terminated under the terms of the contract. NOTE: Exercise of the Government's option(s) to extend this contract may extend the above 26 September 2011 to as late as 25 September 2016. IDENTIFICATION OF CONTRACTOREMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractor's employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Malisa Tubtim at email malisa.tubtim@us.army.mil and Lisa Slagle (KO) at email lisa.g.slagle@us.army.mil. Clarifications and/or questions are due 7 September 2011. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls; email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that bids cannot be received at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid closing date, the time specified for receipt of bids will be deemed to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. POINT OF CONTACT The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, that is answered 24 hours a day, seven (7) days a week, and a local address where the Contractor can be notified of or contacted for emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. Electronic answering devices, beepers, or pagers shall suffice for this requirement. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. OPTION TO EXTEND SERVICES a. Services described herein may be extended as described at FAR 52.217-8 by the Contracting Officer's written notice to the Contractor anytime before contract expiration. This option is intended to protect the Government from disruption of mission essential service in the event of unusual administrative problems or other extenuating circumstances. b. No legal liability on the part of the Government for payment of any money for performance under any option beyond 30 September of the contract year shall arise unless and until funds are made available to the Contracting Officer for such performance and notice of such availability, to be confirmed in writing by the Contracting Officer, is given to the Contractor. IDENTIFICATION OF CONTRACTOR EMPLOYEES The contractor shall provide each employee an identification (ID) badge on contract start date, or on employment start date. The ID badge shall be made of nonmetallic material. The badge shall be easily readable and include employee's name, contractor's name, functional area of assignment, and color photograph. The ID badge template shall be approved by the contracting officer or their designee before contract start date or within 10 working days of inclusion of this clause in a contract. Display of ID Badge. Contractor personnel shall wear the ID badge at all times when performing work under this contract to include attending Government meetings and conferences. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. Answering Telephones. Contractor personnel shall identify themselves as contractor employees when answering Government telephones. Utilizing Electronic Mail: When contractor personnel send e-mail messages to Government personnel while performing on this contract, the contractor's e-mail address shall include the company name together with the person's name. When it is necessary for contractor personnel to have a user address on a Government computer, the Government shall ensure that person's e-mail address includes the name of their company. Work Force: The successful bidder shall not hire persons not legally residing in the United States of America.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e3acb0121d8b27e7faaa1478ea83303b)
 
Place of Performance
Address: MICC - Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02561954-W 20110904/110902235853-e3acb0121d8b27e7faaa1478ea83303b (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.