Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2013 FBO #4311
MODIFICATION

63 -- CCTV Surveillance System (SITE VISIT ONLY)

Notice Date
9/11/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
MICC, DOC - Fort Benning, Fort Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
0010373509
 
Response Due
9/16/2013
 
Archive Date
3/15/2014
 
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
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 0010373509 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 334310 with a small business size standard of 750.00 employees.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 2013-09-16 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be FT Benning, GA 31905 The MICC Fort Benning requires the following items, Brand Name or Equal, to the following: LI 001: **THIS ANNOUNCEMENT IS FOR THE SITE VISIT ONLY; SOLICITATION WILL BE POSTED SEPARATELY UNDER A DIFFERENT BUY NUMBER**. CCTV Surveillance System - A SITE VISIT IS SCHEDULED FOR MONDAY, 16 SEPTEMBER 2013 AT 9:00 A.M. AT BUILDING #2672. INTERESTED CONTRACTORS WILL MEET AT THIS LOCATION FOR ACCOUNTABILITY AND A SHORT OVERVIEW OF THE PROJECT. PLEASE SEE ATTACHED STRIP MAP AND WRITTEN DIRECTIONS BELOW AND ALSO REVIEW ATTACHED PERFORMANCE WORK STATEMENT. PLEASE ENSURE YOU HAVE A VALID DRIVER'S LICENSE TO GAIN ACCESS TO FORT BENNING. ONCE ALL ATTENDEES ARE ACCOUNTED FOR, SITE VISIT WILL BEGIN. SITE VISIT WILL INCLUDE VIEWING OF REQUIREMENTS AT THE FOLLOWING ACPs AND LOCATIONS IF NECESSARY: ACP 2, 3, 4, 5A, 5B, 8 and the RIVERWALK. THE PURPOSE OF THE SITE VISIT IS TO PROVIDE RELEVANT INFORMATION AND ANSWER QUESTIONS REGARDING THIS REQUIREMENT. IT WILL ALSO PROVIDE CONTRACTORS WITH AN OVERVIEW OF THIS REQUIREMENT AS IT INVOLVES INSTALLATION OF VARIOUS SECURITY EQUIPMENT AND ACCESSORIES AT THE VARIOUS LOCATIONS INDICATED ABOVE. SITE VISIT IS STRICTLY VOLUNTARY. PLEASE NOTE: THE GOVERNMENT WILL NOT REIMBURSE ANY COSTS INCURRED PRIOR TO,DURING OR AFTER ATTENDANCE AT THE SITE VISIT; ALL ASSOCIATED COSTS FOR ATTENDANCE IS THE RESPONSIBILITY OF THE CONTRACTOR. PLEASE REGISTER VIA E-MAIL TO THE CONTRACT SPECIALIST AT TERRHONDA.C.MILLS.CIV@MAIL.MIL WITH THE FOLLOWING INFORMATION IF YOU PLAN TO ATTEND: NAME, COMPANY NAME, ADDRESS, PHONE, E-MAIL ADDRESS AND NUMBER OF ATTENDEES., 1, EA; LI 002: Directions to Site Visit: A. From I-185, enter through gate, take first exit ramp (Custer Road), stay right at yield sign, continue on Custer Road (you will pass the fire station and eventually the post cemetery on left) until you get to the traffic light. Take a left at the light. Building #2672 will be on your right. If you cross the bridge, you've gone too far and will need to loop around. B. From Fort Benning Blvd, enter through gate, immediately after going through traffic light, Building #2672 will be on your right. If you cross the bridge, you have gone too far and will need to loop around., 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 Benning 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 Benning 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. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Submission of Offers in the English Language The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Quality and Delivery. Proposed price will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor's technical capability to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to satisfy the requirement. 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. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 Item Identification and Valuation (JUN 2005); 252.246-7000 Material Inspection and receiving Report New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order. Partial shipments are authorized however, payment will not be made until all items have been accepted and received by the requiring activity. Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. 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 Wide Area Workflow (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 Central Contractor Registration site at http://www.ccr.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 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Quality and Delivery (not necessarily in order of importance). Price and delivery when combined, are not as important as quality. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (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. All questions pertaining to this requirement are to be directed to the Contract Specialist no later than 19 September 2013 at 11:00 a.m. EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/80a2444df6f2ceb28ed32860ccbf5321)
 
Place of Performance
Address: FT Benning, GA 31905
Zip Code: 31905
 
Record
SN03183356-W 20130913/130911235356-80a2444df6f2ceb28ed32860ccbf5321 (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.