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

42 -- Secondary Containment Systems for HMETTs; MEET OR EXCEED minimum specifications

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
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-T-0004
 
Response Due
9/24/2012
 
Archive Date
11/23/2012
 
Point of Contact
Rosa Diaz, 253-966-3475
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(rosa.i.diaz.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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-T-0004 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 and DCN 20120829. This requirement is a 100% Small Business Set-Aside with a NAICS Code of 332312 and a corresponding size standard of 500 employees. The description of the commercial items is for Heavy Expanded Mobility Tactical Truck (HMETT) fueling trucks secondary containment systems and reads as follows: CLIN 0001 - 35 EACH, secondary containment systems. CLIN 0002 - 1 EA, set-up of all systems at delivery location. Delivery shall be made no later than 90 days after receipt of order at Joint Base Lewis-McChord, WA 98433. FOB point is Destination. Acceptance will be at destination. The selection resulting from this request for quotations will be made on the basis of the lowest priced and technically acceptable from a responsible quoter with acceptable or neutral past performance. Technical Acceptability constitutes: the items offered by the vendor are the identical items and manufacturer's part numbers included in the solicitation, or the full description and specifications of the "equal" items the vendor is offering are equivalent to or exceed the specifications included in the solicitation, and the quoted "equal" items are equivalent in physical form, fit, and function to the items stated in the solicitation. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is the lowest priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to issue a purchase order to that vendor and no other quote will be evaluated. If the lowest priced quote is not technically acceptable, or the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. 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 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, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.223-18, 52.225-13, and 52.232-33. The minimum salient characteristics are as follows: CLIN 0001 - 35 EACH, secondary containment units for HEMTT refueling trucks; drive-on/thru type, moveable, steel construction, 40ft Lx12ft Wx10.5in H configuration; capacity - at least 2,500 gal; 5 year warranty or better. CLIN 0002 - 1 EA, set-up at delivery location for all systems. (End of Salient Characteristics) 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): 252.225-7036, 252.232-7003, 252.232-7007 (fill in the blanks for that clause), 252.243-7002, 252.247-7023, 252.203-7000, 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. Quotes are due on September 24, 2012 at 4:00 P.M. Pacific Daylight Saving Time. Inquiries regarding this solicitation may be made to Ms. Rosa Diaz, rosa.i.diaz.civ@mail.mil and Mr. Steve Dawson, steven.m.dawson4.civ@mail.mil not later than 4:00 P.M. Pacific Daylight Saving Time on September 17, 2012 to allow sufficient response time, if warranted. Quoters must be registered in the Central Contractor Registration database at https://www.sam.gov/portal/public/SAM to be considered for selection. SPECIAL INSTRUCTIONS SUPPLYAND SMALL SERVICE BRANCH, MICC, 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 want 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 SERVIES 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 8 - CONTACT INFORMATION 1 Contact the Specialist listed in the solicitation to address any questions concerning any other request for quotes. SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 9 - SIMPLIFIED ACQUISION PROCEDURES This is a Request for Bids/Quotes under Federal Acquisition Regulation 13, Simplified Acquisition. The following clauses apply: ClauseCriteria FAR 52.213-2Is incorporated by reference and applies to purchase orders Invoicesauthorized for Advance Payment. FAR 52.213-3Is incorporated by reference and applies to all firm fixed Notice to Supplierprice purchase orders. 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 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 Incorporated in Full TextOrders-Commercial Items FAR 52.209-7Information Regarding Responsibility Matters Incorporated by reference 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) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 13 - EVALUATION OF QUOTES Quotes will be evaluated based on price and delivery. Price is the most important factor. (End of Instruction) X SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 14 - EVALUATION OF QUOTES - LOW PRICE TECHICALLY ACCEPTABLE In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. 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) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 15 - EVALUATION OF QUOTES - EVALUATION FACTORS Quotes will be evaluated based on _____, ______, and ____. Past Performance Information may be required to be submitted. (End of Instruction) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 16 - EVALUATION OF QUOTES - BRAND NAME OR EQUAL FAR 52.211-6 -- Brand Name or Equal is incorporated into this solicitation and any subsequent awards. To meet the Brand Name or Equal provision the Quoter must: (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 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) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 20 - MULTIPLE DELIVERY LOCATIONS Procedures for commercial vehicle access to military installations are varied. To enter the installation, the Contractor should thoroughly comply with the access procedures of a respective installation. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the access procedures enforced by each military installation. The Contractor shall completely coordinate with the military installations and the delivery point of contacts. (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 Fort 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-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-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-North. (3) Commercial vehicles less than 12'-5" in height shall access Joint Base Lewis-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-North. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to JBLM-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-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-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, asappropriate 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) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 24 - COMMERCIAL VEHICLE ACCESS TO JOINT BASE LEWIS-MCCHORD (JBLM-MCCHORD) 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-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-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-North. (3) Commercial vehicles less than 12'-5" in height shall access Joint Base Lewis-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) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 25 - COMMERCIAL VEHICLE ACCESS TO JOINT BASE LEWIS-MCCHORD (JBLM-MCCHORD) - 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-North. "Searched" labels will be issued at the Main Gate, as appropriate. Drivers needing access to JBLM-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-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-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) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 26 - COMMERCIAL VEHICLE ACCESS TO JOINT BASE LEWIS-MCCHORD (YAKIMA TRAINING CENTER) Procedures for commercial vehicle access to YTC are subject to change without prior notice. Current access information may be obtained by calling (509) 577-3236. As of 15 January 2002, the following requirements apply. Commercial vehicle access to YTC will be allowed only at the Main Gate (Exit 26 from I-82) on Monday through Friday. This gate will be open for inbound commercial vehicle access and inspection between 0700 hours and 1530 hours. The gate is closed on weekends (Saturdays and Sundays). All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on YTC. 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. (End of Instruction) X SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 27 - ORDER FOR SUPPLIES -- SHIPPING INSTRUCTIONS THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. (End of Instruction) X SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 28 - PERMITS AND LICENSES Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. (End of Instruction) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 29 - INFORMATION MANAGEMENT OFFICER (IMO) The Contractor will appoint an IMO to be the liaison between the Contractor and Government communication personnel. All requirements to the Network Enterprise Centre (NEC) will be coordinated through the IMO. (End of Instruction) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 30 - PAYMENT BY GOVERNMENT COMMERCIAL CREDIT CARD (a) The Government Commercial Purchase Card means the uniquely numbered purchase card issued by the contractor, currently US Bank, to named individual Government employees to pay for official Government purchases. The contractor shall accept payment by the Government commercial purchase card. All costs associated with the use of a Government credit card, e.g., transaction fees, must be included in the price for the appropriate CLIN(s). (b) The Government may use the purchase card to pay for the fixed items and for oral or written delivery orders. "Oral delivery order" means an order placed orally either in person or by telephone, which is paid for by Government Commercial Purchase Card. (c) The contractor, to whom this contract is awarded, shall not process a transaction for payment through the purchase card clearinghouse until the purchased supplies have been shipped or services performed. (d) When processing invoice(s) for payment by purchase card, the contractor shall discount the invoice amount by the prompt payment discount quoted on this contract. All purchase card transactions are paid within 36 hours of receipt of an invoice by US Bank I.M.P.A.C. Card Services. (End of Instruction) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 31 - GBL SHIPPING CLAUSE (WITH APPLICATION) This shipment will be made on Government Bill Of Lading. Request for GBL is forwarded with this order. Fill out and return to the Materiel Movements Officer, Joint Base Lewis-McChord, WA. Shipment will be made by carrier designated by that office. Do not ship prepaid or collect. If shipment will be made sooner than 21 days prior to date in block 10, vendor must contact buyer shown in block 6. NOTE: DD Form 1659 (Application for U.S. Government Shipping Documentation) is included with this order. It is the responsibility of the contractor to complete and return this form to the Materiel Movement Officer (Block no. 1 of the DD Form 1659) or FAX it to: (253) 967-6736. This should be done as soon as the vendor receives this order, or has established a firm ship date. Particular attention must be given to Block No. 21 of the application in order for the Materiel Movement Officer to expedite shipment. QUESTIONS: Questions regarding the GBL should be directed to: Materiel Movements Branch ATTN: AFZH-JTM-M Bldg 9630, Box 339500, MS-53 Joint Base Lewis-McChord, WA 98433-9500 Telephone No: (253) 967-6445 or 4810 FAX No: (253) 967-6736 (End of Instruction) X SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 32 - RELEASE OF INFORMATION The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on JBLM without prior approval of the Contracting Officer. (End of Instruction) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 33 - ACQUISITION OF INFORMATION TECHNOLOGY EQUIPMENT/SUPPLIES Acquisition of commercial information technology equipment/supplies shall comply with the current version U.S. Army Net Command's of ASC Technical Authority (TA) Implementation Memorandum. (End of Instruction) SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 34 -GOVERNMENT FURNISHED PROPERTY: It is anticipated that Government furnished property will be provided upon of any award: The following provisions/clauses have been added to the request for quotes: 0 52.245-1 0 52.245-2 0 52.245-9 0 252.211-7007 0 252.245-7001 0 252.245-7002 0 252.245-7003 0 252.247-7004 (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. X SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 38-ANTI-TERRORISM AND OPERATIONAL SECURITY 4 (EFFECTIVE 1 JLUY 2012) Contractor Employees Who Require Access to Government Information Systems. All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the IS and then annually thereafter. X SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 39-ANTI-TERRORISM AND OPERATIONAL SECURITY 5 (EFFECTIVE 1 JLUY 2012) For Information assurance (IA)/information technology (IT) training. All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of employment. X SUPPLY AND SMALL SERVIES BRANCH INSTRUCTION 40-ANTI-TERRORISM AND OPERATIONAL SECURITY 6 (EFFECTIVE 1 JULY 2012) For information assurance (IA)/information technology (IT) cortication. Per DoD 8570.01-M, DFARS 252.239.7001 and AR 25-2, the contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as stipulated in DoD 8570.01-M must be completed upon contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/54bcdc2ad1a091a80bcd0cd1722b5ad4)
 
Place of Performance
Address: MICC - Joint Base Lewis-McChord To be provided upon award JBLM WA
Zip Code: 98433-9500
 
Record
SN02866997-W 20120906/120905000920-54bcdc2ad1a091a80bcd0cd1722b5ad4 (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.