Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

J -- File Retriever Maintenance

Notice Date
8/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Building 2021, Club Road, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
W911SG-12-R-8010
 
Response Due
8/20/2012
 
Archive Date
2/16/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
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.The solicitation number is W911SG-12-R-8010 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 2005-58. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.00M.This requirement is an [ Women-Owned 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 2012-08-20 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The MCC Joint Base Lewis McChord - ICO Bliss requires the following items, Meet or Exceed, to the following: LI 001, Base year: 12 months of maintenance for 21 each file retrievers in accordance with the Performance Work Statement. 1 Sep 12 - 31 Aug 13, 12, Months; LI 002, Option Year 1: 12 months of maintenance for 21 each file retrievers in accordance with the Performance Work Statement. 1 Sep 13 - 31 Aug 14, 12, Months; LI 003, Option Year 2: 12 months of maintenance for 21 each file retrievers in accordance with the Performance Work Statement. 1 Sep 14 - 31 Aug 15, 12, Months; LI 004, Option Year 3: 12 months of maintenance for 21 each file retrievers in accordance with the Performance Work Statement. 1 Sep 15 - 31 Aug 16, 12, Months; LI 005, Option Year 4: 12 months of maintenance for 21 each file retrievers in accordance with the Performance Work Statement. 1 Sep 16 - 31 Aug 17, 12, Months; LI 006, Base Year: Contractor Manpower Reporting IAW CMR CLIN INFO, 1, EA; LI 007, Option Year 1: Contractor Manpower Reporting IAW CMR CLIN INFO, 1, EA; LI 008, Option Year 2: Contractor Manpower Reporting IAW CMR CLIN INFO, 1, EA; LI 009, Option Year 3: Contractor Manpower Reporting IAW CMR CLIN INFO, 1, EA; LI 010, Option Year 4: Contractor Manpower Reporting IAW CMR CLIN INFO, 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, MCC Joint Base Lewis McChord - ICO 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. MCC Joint Base Lewis McChord - ICO 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-35, 52.232-33; FAR 52.204-7, Central Contractor Registration, and FAR 52.222-41, Service Contract Act applies to this acquisition. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The following terms and conditions apply from the Defense Federal Acquisition Regulation Supplement (DFARS): DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; the following DFARS clauses in paragraph (b) of DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, will apply: DFARS 252.232-7003, Electronic Submission of Payments, and Alternate III of DFARS 252.247-7023. See attached document for clause information. (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c)Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies this solicitation and award- the selected offeror must submit a completed copy of the representations and certifications or attest to the availability of the completed certifications from the System Award Managment website. Base year: 1 Sep 12 - 31 Aug 12
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6519a07cb08b46e75332e387661bcc79)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02831910-W 20120810/120809001047-6519a07cb08b46e75332e387661bcc79 (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.