Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2013 FBO #4151
MODIFICATION

W -- Tents 800 sqft (Rotation 13-06A)

Notice Date
4/4/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
P.O. BOX 105095, Ft Irwin, CA 92310
 
ZIP Code
92310
 
Solicitation Number
W9124B-13-T-6007
 
Response Due
4/5/2013
 
Archive Date
10/2/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W9124B-13-T-6007 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66. The associated North American Industrial Classification System (NAICS) code for this procurement is 532220 with a small business size standard of $7.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-04-05 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Irwin, CA 92310 The MICC Fort Irwin Rotation Contracting Command requires the following items, Meet or Exceed, to the following: LI 001: Lease/Rental of 800 sq ft Tents for FASP ISO Rotation 13-06A at the National Training Center, Ft. Irwin, CA. Period of Performance is 29 Apr 2013 - 4 May 2013. This tent will be equipped with all required equipment (i.e. lighting, astroturf flooring, doors, walls, and generators to power lights and ample outlets) throughout the tent; to include Heating Ventilation and Air Conditioning (HVAC) and the power generation to power them. The contractor shall provide 24 hour emergency repair and /or replacement services for the leased equipment including weekends and holidays. The contractor shall identify and provide a company representative at each location IAW with the PWS. SEE PWS FOR ADDITIONAL INFORMATION., 1, EA; LI 002: Lease/Rental of 800 sq ft Tents for FOB Seattle ISO Rotation 13-06A at the National Training Center, Ft. Irwin, CA. Period of Performance is 16 Apr 2013 - 28 Apr 2013. This tent will be equipped with all required equipment (i.e. lighting, astroturf flooring, doors, walls, and generators to power lights and ample outlets) throughout the tent; to include Heating Ventilation and Air Conditioning (HVAC) and the power generation to power them. The contractor shall provide 24 hour emergency repair and /or replacement services for the leased equipment including weekends and holidays. The contractor shall identify and provide a company representative at each location IAW with the PWS. SEE PWS FOR ADDITIONAL INFORMATION., 2, EA; LI 003: Lease/Rental of 2000 sq ft Tents for FOB Seattle ISO Rotation 13-06A at the National Training Center, Ft. Irwin, CA. Period of Performance is 16 Apr 2013 - 28 Apr 2013. This tent will be equipped with all required equipment (i.e. lighting, astroturf flooring, doors, walls, and generators to power lights and ample outlets) throughout the tent; to include Heating Ventilation and Air Conditioning (HVAC) and the power generation to power them. The contractor shall provide 24 hour emergency repair and /or replacement services for the leased equipment including weekends and holidays. The contractor shall identify and provide a company representative at each location IAW with the PWS. SEE PWS FOR ADDITIONAL INFORMATION., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Irwin Rotation Contracting Command intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Irwin Rotation Contracting Command is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Delivery must be made within 14 day or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 14 - required to make delivery after it receives a purchase order from the buyer. Sellers understand that FedBid ranks all Bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. As identified in Question Submission, "questions not received in a reasonable time prior to close of the solicitation may not be considered" are defined FOR THIS SOLICITATION as: THE CUTOFF TIME FOR RECEIPT OF QUESTIONS REGARDING THIS SOLICITATION IS 24HRS PRIOR TO CLOSING. ALL QUESTIONS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. All questions submitted within the allotted time will be answered within 24 hours.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46ae13fab3552645f2977eb8e8998e43)
 
Place of Performance
Address: Fort Irwin, CA 92310
Zip Code: 92310
 
Record
SN03028364-W 20130406/130404234335-46ae13fab3552645f2977eb8e8998e43 (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.