Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
MODIFICATION

J -- OPTION - REMSTAR Power Files Maintenance

Notice Date
8/27/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
1792 12th St, Ft. Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
0010371954
 
Response Due
8/30/2013
 
Archive Date
2/26/2014
 
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
N/A
 
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 0010371954 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 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 811212 with a small business size standard of $25.50M.This requirement is unrestricted 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 2013-08-30 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Ft. Riley, KS 66442 The MICC Fort Riley requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 10/01/2013 - 09/30/2014 LI 001: Power File Service and Maintenance. Base Year: SAF (52.232-18) ? Subject to the Availability of Funds. Maintenance and services to be conducted on Remstar and Megastar Power Files located at the following two locations: a. Irwin Army Community Hospital (12 x Remstar or Megastar Power Files) b. Aviation Clinic (1 x Remstar or Megastar Power Files) Contractor shall conduct necessary preventive and corrective repair and maintenance services needed to maintain Power File machines to fully operational status. The government will be performing Quality Assurance on these services in accordance with an established quality assurance plan provided upon receipt of a contract award. Maintenance and services are to be performed in accordance with (IAW) attached Performance Work Statement (PWS)., 13, EA; LI 002: CONTRACTOR MANPOWER REPORTING. This is a annual requirement for SERVICE CONTRACTS ONLY. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractor shall visit the web site at: https://cmra.army.mil. The cost of this reporting system is the result of the Contractor?s costs completion of the report. This mandatory reporting shall be completed upon award of the contract. Contractor(s) will receive immediate email confirmation when they input their data into the Contractor Manpower Reporting system. See Sub-Section C.1.12 of Performance Work Statemetn (PWS) for reporting details., 1, EA; Option 1 Period of Performance: 10/01/2014 - 09/30/2015 LI 001: Power File Service and Maintenance. Option Year 1: SAF (52.232-18) ? Subject to the Availability of Funds. Maintenance and services to be conducted on Remstar and Megastar Power Files located at the following two locations: a. Irwin Army Community Hospital (12 x Remstar or Megastar Power Files) b. Aviation Clinic (1 x Remstar or Megastar Power Files) Contractor shall conduct necessary preventive and corrective repair and maintenance services needed to maintain Power File machines to fully operational status. The government will be performing Quality Assurance on these services in accordance with an established quality assurance plan provided upon receipt of a contract award. Maintenance and services are to be performed in accordance with (IAW) attached Performance Work Statement (PWS)., 13, EA; LI 002: CONTRACTOR MANPOWER REPORTING. This is a annual requirement for SERVICE CONTRACTS ONLY. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractor shall visit the web site at: https://cmra.army.mil. The cost of this reporting system is the result of the Contractor?s costs completion of the report. This mandatory reporting shall be completed upon award of the contract. Contractor(s) will receive immediate email confirmation when they input their data into the Contractor Manpower Reporting system. See Sub-Section C.1.12 of Performance Work Statemetn (PWS) for reporting details., 1, EA; Option 2 Period of Performance: 10/01/2015 - 09/30/2016 LI 001: Power File Service and Maintenance. Option Year 2: SAF (52.232-18) ? Subject to the Availability of Funds. Maintenance and services to be conducted on Remstar and Megastar Power Files located at the following two locations: a. Irwin Army Community Hospital (12 x Remstar or Megastar Power Files) b. Aviation Clinic (1 x Remstar or Megastar Power Files) Contractor shall conduct necessary preventive and corrective repair and maintenance services needed to maintain Power File machines to fully operational status. The government will be performing Quality Assurance on these services in accordance with an established quality assurance plan provided upon receipt of a contract award. Maintenance and services are to be performed in accordance with (IAW) attached Performance Work Statement (PWS)., 13, EA; LI 002: CONTRACTOR MANPOWER REPORTING. This is a annual requirement for SERVICE CONTRACTS ONLY. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractor shall visit the web site at: https://cmra.army.mil. The cost of this reporting system is the result of the Contractor?s costs completion of the report. This mandatory reporting shall be completed upon award of the contract. Contractor(s) will receive immediate email confirmation when they input their data into the Contractor Manpower Reporting system. See Sub-Section C.1.12 of Performance Work Statemetn (PWS) for reporting details., 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 Riley 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 Riley is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Delivery must be made within the specified number of days after receipt of order (ARO). The offeror must provide within its offer the number of days required to make delivery after it receives a purchase order from the buyer. 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, 52.222-41, 52.222-43, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Offeror must be registered in the Online Representations and Certifications Application (ORCA) database before an award can be made to them. If the offeror is not registered in ORCA, it may do so through the ORCA website at https://orca.bpn.gov. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at http://www.sam.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 calendar days. (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 10 days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years and 6 months. Funds are not presently available for performance under this contract beyond current FY. The Government?s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond FY 14, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1551f6a8c2a7204322e9f573c64a7952)
 
Place of Performance
Address: Ft. Riley, KS 66442
Zip Code: 66442
 
Record
SN03163571-W 20130829/130827235121-1551f6a8c2a7204322e9f573c64a7952 (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.