Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

71 -- Office Furniture (GSA Only)

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-12-Q-0016
 
Response Due
9/17/2012
 
Archive Date
11/16/2012
 
Point of Contact
Keith Baylor, 253 968 7893
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(keith.baylor@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase of 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. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-12-Q-0016 is applicable and is issued as a request for quotations. This requirement is restricted to GSA/Schedule Federal Contractors. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and DCN 20120629. This requirement is a 100% without a Set-Aside with a NAICS Code of 238390 "Office furniture, modular system, and installation" and a corresponding size standard of $14 million. This requirement is low price, technically acceptable and must Meet or Exceed GSA standards as specified for Schedule 71. The description of the commercial items is for Office Furniture CLIN 0001 - Furnish and Install, set-up of all furniture at delivery location; CLIN 0002 - Removal of existing furniture. FOB point is Destination. Acceptance will be at destination. Delivery shall be made no later than 120 days after receipt of order at Joint Base Lewis-McChord, WA 98433. The contractor shall provide a contract manager who shall be responsible for the perform ance of the work. The name of this person and an alternate or alternates who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer (CO) within 10 days after contract award. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relat ing to the daily operations of this contract on the installation. Contractor shall provide hardware warranty which shall begin upon date of delivery and will continue for 3 years. Contractor support begins at date of delivery and continues for a period of 60 days. The description of the commercial items is for Office Furniture MICC JBLM: CLIN 0001 - Contractor shall provide all setup, stage, configure, test, ship, install, and integrate office furniture workstations to Joint Base Lewis-McChord (JBLM), WA in accordance with Performance Work Statement. FURNISH AND INSTALL FURNITURE FFP FURNISH AND INSTALL FURNITURE IN ACCORDANCE WITH THE SPECIFICATION IN PERFORMANCE WORK STATEMENT FOB: Destination PURCHASE REQUEST NUMBER: W911S802270001 CLIN 0002 - Contractor shall provide all teardown, stage, reconfigure, uninstall, removal and turn in to JBLM, WA in accordance with the Performance Work Statement. REMOVAL OF FURNITURE FFP DISASSEMBLY AND REMOVAL OF EXISTING FURNITURE (UNICOR) FROM BLDG 2015 AND TURN INTO JBLM PROPERTY BOOK OFFICE BLDG 9640 FOB: Destination PURCHASE REQUEST NUMBER: W911S802270001 All site visits are to be scheduled using this form and emailed by to MAJ Baylor at the address in the form below. All site visits must be coordinated for in advance and will commence NO EARLIER THAN 12 Sep 12. Enclouser(s): Performance Work Statement Site Visit Registration Form Technical Exhibit (1) Furniture AUTOCAD drawing Technical Exhibit (2) Electric AUTOCAD drawing Technical Exhibit (3) Floor Plan Bldg 2015 The selection resulting from this request for quotations will be made on the basis of price and technical acceptability from a responsible quote with acceptable or neutral past performance. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words "offer," " proposal," "offerors," or similar terms are used in this solicitation or any provision, they shall be read to mean "quote," "quotation," "quoter," "vendor" or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail." (End of clause). Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.219-14 Limitations on Subcontracting 52.222.21 Prohibition of Segregated Facilities 52.219-28 Post-award Small Business Representation 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports for Veterans 52.222-54 Employment Eligibility Verification 52.223-18, Contractor Policy to Ban Text Messaging while Driving, 52.225-13 Restrictions on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clauses in paragraph (b): 252.203-7000, 252.225.7012, 252.232-7003,), 252.243-7002, 252.247-7023, and 252.247-7024. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far. ONLY ONE OFFER: DFARS 252.215-700 Notice of Intent to Resolicit. As prescribed at 215.408(3), use the following provision: NOTICE OF INTENT TO RESOLICIT (JUN 2012) This solicitation provides offerors fewer than 30 days to submit proposals. In the event that only one offer is received in response to this solicitation, the Contracting Officer may cancel the solicitation and resolicit for an additional period of at least 30 days in accordance with 215.371-2. (End of provision) DFARS 252.215-7008 Only One Offer. As prescribed at 215.408(4), use the following provision: ONLY ONE OFFER (JUN 2012) (a) The provision at FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data other Than Certified Cost or Pricing Data, with any alternate included in this solicitation, does not take effect unless the Contracting Officer notifies the offeror that- (1) Only one offer was received; and (2) Additional cost or pricing data is required in order to determine whether the price is fair and reasonable or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 2306a and FAR 15.403-3). (b) Upon such notification, the offeror agrees, by submission of its offer, to provide any data requested by the Contracting Officer in accordance with FAR 52.215-20. (c) If negotiations are conducted, the negotiated price should not exceed the offered price. (End of provision) 52.204-99 -- System for Award Management Registration (August 2012) (DEVIATION) Except for awards where the Government wide purchase card (GPC) is used as the method of payment, contracting officers shall include the attached clause 52.204-99, System for Award Management Registration, in lieu of FAR clause 52.204-7, Central Contractor Registration, and DF ARS 252.204-7004, Alternate A, Central Contractor Registration. System for Award Management Registration (August 2012) (DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b) (1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Trade style, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) FAR 52.232-99, PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS (DEVIATION 2012-O0014) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. Upon Receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. Quotes are due on 17 September, 2012 at 12:00/noon Pacific Daylight Saving Time. Inquiries regarding this solicitation may be made to MAJ Keith Baylor, keith.o.baylor.mil@mail.mil and Mr. Steve Dawson, steven.m.dawson4.civ@mail.mil. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. SPECIAL INSTRUCTIONS SUPPLY BRANCH, JOINT BASE LEWIS-McCHORD The below listed instruction are applicable. Additional instructions are applicable when checked. x SUPPLY AND SMALL SERVICES BRANCH INSTRUCTION 1 - CONTRACTING OFFICER'S AUTHORITY The Contracting Officer (KO) at Mission and Installation Contracting Office, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this contract, and notwithstanding anything contained elsewhere in this contract, the said authority remains solely with the KO. In the event the Contractor or contract employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the contract price under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 2 - AGENCY PROTEST If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or wants to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 3 - AMC-LEVEL PROTEST PROGRAM (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 4 - COMBATING TRAFFICKING IN PERSONS As prescribed in 22.1705(a), insert the following clause: COMBATING TRAFFICKING IN PERSONS (FEB 2009) (a) Definitions. As used in this clause-- Coercion means-- (1) Threats of serious harm to or physical restraint against any person; (2) Any scheme, plan, or pattern intended to cause a person to believe that failure to perform an act would result in serious harm to or physical restraint against any person; or (3) The abuse or threatened abuse of the legal process. Commercial sex act means any sex act on account of which anything of value is given to or received by any person. Debt bondage means the status or condition of a debtor arising from a pledge by the debtor of his or her personal services or of those of a person under his or her control as a security for debt, if the value of those services as reasonably assessed is not applied toward the liquidation of the debt or the length and nature of those services are not respectively limited and defined. Employee means an employee of the Contractor directly engaged in the performance of work under the contract who has other than a minimal impact or involvement in contract performance. Forced Labor means knowingly providing or obtaining the labor or services of a person-- (1) By threats of serious harm to, or physical restraint against, that person or another person; (2) By means of any scheme, plan, or pattern intended to cause the person to believe that, if the person did not perform such labor or services, that person or another person would suffer serious harm or physical restraint; or (3) By means of the abuse or threatened abuse of law or the legal process. Involuntary servitude includes a condition of servitude induced by means of-- (1) Any scheme, plan, or pattern intended to cause a person to believe that, if the person did not enter into or continue in such conditions, that person or another person would suffer serious harm or physical restraint; or (2) The abuse or threatened abuse of the legal process. Severe forms of trafficking in persons means-- (1) Sex trafficking in which a commercial sex act is induced by force, fraud, or coercion, or in which the person induced to perform such act has not attained 18 years of age; or (2) The recruitment, harboring, transportation, provision, or obtaining of a person for labor or services, through the use of force, fraud, or coercion for the purpose of subjection to involuntary servitude, peonage, debt bondage, or slavery. Sex trafficking means the recruitment, harboring, transportation, provision, or obtaining of a person for the purpose of a commercial sex act. (b) Policy. The United States Government has adopted a zero tolerance policy regarding trafficking in persons. Contractors and contractor employees shall not-- (1) Engage in severe forms of trafficking in persons during the period of performance of the contract; (2) Procure commercial sex acts during the period of performance of the contract; or (3) Use forced labor in the performance of the contract. (c) Contractor requirements. The Contractor shall-- (1) Notify its employees of-- (i) The United States Government's zero tolerance policy described in paragraph (b) of this clause; and (ii) The actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment; and (2) Take appropriate action, up to and including termination, against employees or subcontractors that violate the policy in paragraph (b) of this clause. (d) Notification. The Contractor shall inform the Contracting Officer immediately of-- (1) Any information it receives from any source (including host country law enforcement) that alleges a Contractor employee, subcontractor, or subcontractor employee has engaged in conduct that violates this policy; and (2) Any actions taken against Contractor employees, subcontractors, or subcontractor employees pursuant to this clause. (e) Remedies. In addition to other remedies available to the Government, the Contractor's failure to comply with the requirements of paragraphs (c), (d), or (f) of this clause may result in-- (1) Requiring the Contractor to remove a Contractor employee or employees from the performance of the contract; (2) Requiring the Contractor to terminate a subcontract; (3) Suspension of contract payments; (4) Loss of award fee, consistent with the award fee plan, for the performance period in which the Government determined Contractor non-compliance; (5) Termination of the contract for default or cause, in accordance with the termination clause of this contract; or (6) Suspension or debarment. (f) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (f), in all subcontracts. (g) Mitigating Factor. The Contracting Officer may consider whether the Contractor had a Trafficking in Persons awareness program at the time of the violation as a mitigating factor when determining remedies. Additional information about Trafficking in Persons and examples of awareness programs can be found at the website for the Department of State's Office to Monitor and Combat Trafficking in Persons at http://www.state.gov/g/tip. (End of clause) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 5 - QUOTES Quote MUST be good for 30 days after Request for Quote closing date. (End of Instruction) x SUPPLY AND SMALL SERVICES BRANCH INSTRUCTION 6 - QUOTE CLARIFICATIONS Questions concerning this quote must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 7 - EMPLOYMENT OF ALIENS The contractor shall not hire any individual to perform work on Joint Base Lewis-McChord or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Joint Base Lewis-McChord or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 10 - COMMERCIAL ITEMS PROCEDURES This is a Request for Quotes under Federal Acquisition Regulation 12, Acquisition of Commercial Items using FAR 13 Simplified Acquisition Procedures. The following provisions and clauses apply: ClauseDescription FAR 52.212-1Instructions to Offers I commercial Items. Incorporated by reference FAR.212-2Evaluation-Commercial Items Incorporated by reference FAR 52.212-3Offeror Representations and Certification- Commercial Items Incorporated in Full Text FAR 52.212-4Contract Terms and Conditions-Commercial Items Incorporated by reference FAR 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Incorporated in Full Text FAR 52.252-2This award incorporates one or more clauses by reference, with the Clauses Incorporated same force and affect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also the full text of a clause may be accessed electronically at this address http://farsite.hill.af.mil/vffara.htm Wherever the words "offer", "proposal", "offerors", or similar terms are used in this solicitation, they shall be read to mean "quote", "quotation", "quoter", "vendor" or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 11 - NO MULTIPLE AWARDS Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected as non-responsive. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 12 - SUPPLY ITEMS New equipment/parts only. No remanufactured products. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 14 - EVALUATION OF QUOTES - LOW PRICE TECHICALLY ACCEPTABLE Quotes will be evaluated based on price and technical acceptability. Quoter certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 17 - NO MULTIPLE AWARDS Quotes must be submitted per unit price and total price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this quote will be rejected as non-responsive. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 18 - CONTRACT PRICE - TAXES The contract price includes all applicable Federal, state, and local taxes and duties. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 19 - SHIPPING REQUIREMENT FOB Destination CONUS (Continental U.S.) (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 21 - WARRANTY The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) who to notify if the supplies are found to be defective. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 22 - COMMERCIAL VEHICLE ACCESS TO JOINT BASE LEWIS-MCCHORD (JBLM-MAIN) Procedures for commercial vehicle access to JBLM are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. As of 15 January 2002, the following requirements apply. Commercial vehicle access to JBLM-Main will be allowed only at the Logistics Center Gate (Exit 123 from I-5) on Monday through Friday. This gate will be open for inbound commercial vehicle access and inspection between 0530 hours and 2000 hours. The Logistics Center Gate is closed on weekends (Saturdays and Sundays). On Saturdays and Sundays, commercial vehicles must use the DuPont Gate (Exit 119 from I-5). DuPont Gate hours are 0530 hours until 2000 hours. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Joint Base Lewis-McChord. (1) If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. (2) Large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to JBLM-North. "Searched" labels will be issued at the Logistics Center Gate or the DuPont Gate, as appropriate. Drivers needing access to Joint Base Lewis-McChord-North must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to Joint Base Lewis- McChord-North. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to Joint Base Lewis- McChord-North. (3) Commercial vehicles less than 12'-5" in height shall access Joint Base Lewis McChord--North ONLY via the Pendleton Avenue under-crossing once they are cleared through the Logistics Center Gate or the DuPont Gate, as appropriate. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 23 - COMMERCIAL VEHICLE ACCESS TO JOINT BASE LEWIS-MCCHORD (JBLM-MAIN) - FAST ACCESS GATE PROGRAM Procedures for commercial vehicle access to Joint Base Lewis-McChord (JBLM) are subject to change without prior notice. Current access information may be obtained by calling (253) 967-1733. (a) Unless the contractor voluntarily participates in the Fast Access Gate Program commercial vehicle access to JBLM will be allowed only at the Logistics Center Gate (Exit 123 from I-5) and through the D St. Commercial Vehicle Inspection Point on JBLM-North. Both gates are open Monday through Friday, excluding federal holidays. These gates will be open for inbound commercial vehicle access and inspection between 0530 hours and 2100 hours. These gates may be closed on weekends (Saturdays and Sundays) and federal holidays. On Saturdays, Sundays, federal holidays, and on other days on which these gates are closed, commercial vehicles must use the Main Gate (Exit 120 from I-5). Main Gate is open 24 hours per day every day. A visitor pass must be obtained. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to reach their destination by driving through Joint Base Lewis-McChord. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing greater than 12'-5" clearance) will require a time stamped "searched" label to gain access to Joint Base Lewis- McChord-North. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to JBLM- McChord-North must inform the gate guard that their vehicle is over 12'-5" in height and that they will require access to Joint Base Lewis- McChord-North. The driver will receive a briefing on proper procedures and a "searched" label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to Joint Base Lewis- McChord-North. (b) If the contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane except at Force Protection Level Charlie or Delta. During Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or, if the Logistics Center Gate is closed, through the Main Gate. All passengers in the contractor vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate or the Main Gate, as appropriate and obtain visitor passes. Once the Fast Access Gate Program is fully implemented, fast access gate lanes will be at the Main (Liberty) Gate, the 41st Street Gate (JBLM-North), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, the Madigan Army Medical Center Gate, the Rainier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Main Gate unless the contractor is otherwise notified by the Contracting Officer. (d) Employees who require access to JBLM-Main to perform work under this contract may obtain a Government sponsored identification badge. The identification card process has been contracted out and the cost of the identification card shall be borne by the contractor. Current established costs are: $99.00 for company start-up and $99.00 per individual. Name and address of contractor is as follows: Fast Access, Eid Passport, Incorporated, 10450, SW Nimbus Avenue, Bldg R-A, Portland, Oregon 97223, Customer Service: 877-727-4343, Office: 503-924-5300, Fax: 503-924-5320, Maria Nguyen, Manager, Cell: (None); info@rapidgate.com, mnguyen@eidpassport.com. If you choose not to obtain a Fast Access Badge, you can obtain permission for a 30-day pass by contacting the ID Card Facility (Waller Hall). This process may be changed without prior notification, but any long-term badge received by you will continue to be valid until its expiration date. (End of Instruction) x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 35-ANTI-TERRORISM AND OPERATIONAL SECURITY 1 (EFFECTIVE 1 JULY 2012) AT Level I Training. This provision/contract text is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within XX calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within [insert number of calendar days] calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 36-ANTI-TERRORISM AND OPERATIONAL SECURITY 2 (EFFECTIVE 1 JULY 2012) Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. x SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 37-ANTI-TERRORISM AND OPERATIONAL SECURITY 3 (EFFECTIVE 1 JULY 2012) iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within XX calendar days of contract award and within YY calendar days of new employees commencing performance with the results reported to the COR NLT [insert number of calendar days] calendar days after contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b2965fee22ed4fe33a0eb31d74d41407)
 
Place of Performance
Address: MICC - Joint Base Lewis-McChord Building 2015, Box 339500 JBLM WA
Zip Code: 98433-9500
 
Record
SN02866668-W 20120906/120905000516-b2965fee22ed4fe33a0eb31d74d41407 (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.