Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
SOLICITATION NOTICE

W -- NTC 15-03 Tents & HVAC/ECU leasing

Notice Date
1/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Building 2015, Second Floor, Room # 209, JBLM, WA 98433
 
ZIP Code
98433
 
Solicitation Number
W91QVP-15-Q-TNT1
 
Response Due
1/12/2015
 
Archive Date
7/11/2015
 
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
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 W91QVP-15-Q-TNT1 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 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 532299 with a small business size standard of $7.50M.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 2015-01-12 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The MICC Joint Base Lewis McChord requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Bicycle Lake-800sq/ft Tent w/Power, HVAC & Lights (IAW attached PWS)-- POP 5 FEB 15-17 FEB 15, 4, EA; LI 002: Bicycle Lake-Set-up 800 sq ft tent (IAW attached PWS)--Complete NLT 0900 13 JAN 15, 4, EA; LI 003: Bicycle Lake-Tear down 800 sq ft tent (IAW attached PWS)--NLT 48 hours after 17 FEB 15, 4, EA; LI 004: Bicycle Lake-800sq/ft Tent w/Power, HVAC & Lights (IAW attached PWS)-- POP 13 JAN 15-17 FEB 15, 1, EA; LI 005: Bicycle Lake-Set-up 800 sq ft tent (IAW attached PWS)--Complete NLT 0900 13 JAN 15, 1, EA; LI 006: Bicycle Lake-Tear down 800 sq ft tent (IAW attached PWS)--NLT 48 hours after 17 FEB 15, 1, EA; LI 007: FASP-800 sq/ft Tent w/Power, HVAC & Lights (IAW attached PWS)--POP 13 JAN 15-17 FEB 15, 2, EA; LI 008: FASP-Set-up 800 sq ft tent (IAW attached PWS)--Complete NLT 0900 13 JAN 15, 2, EA; LI 009: FASP-Tear down 800 sq ft tent (IAW attached PWS)--NLT 48 hours after 17 FEB 15, 2, EA; LI 010: ATHP New York-2000 sq/ft Tent w/Power, HVAC & Lights (IAW attached PWS)-- POP 13 JAN 15-25 JAN 15, 1, EA; LI 011: ATHP New York-Set-up 2000 sq ft tent (IAW attached PWS)--Complete NLT 0900 13 JAN 15, 1, EA; LI 012: ATHP New York-Tear down 2000 sq ft tent (IAW attached PWS)--NLT 48 hours after 25 JAN 15, 1, EA; LI 013: ATHP New York-800 sq/ft Tent w/Power, HVAC & Lights (IAW attached PWS)-- POP 13 JAN 15-25 JAN 15, 1, EA; LI 014: ATHP New York-Set-up 800 sq ft tent (IAW attached PWS)--Complete NLT 0900 13 JAN 15, 1, EA; LI 015: ATHP New York-Tear down 800 sq ft tent (IAW attached PWS)--NLT 48 hours after 25 JAN 15, 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 Joint Base Lewis McChord 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 Joint Base Lewis McChord 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 or in good condition- initial acceptance will be at the discretion of the acceptor during the delivery. All items required must be fully functional, present, and compatible as required by the SOW. New or in good condition- initial acceptance will be at the discretion of the acceptor during the delivery. All items required must be fully functional, present, and compatible as required by the SOW. 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 2 day or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 2 - required to make delivery after it receives a purchase order from the buyer. 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 Central Contractor Registration (CCR) 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. The Government reserves the right to vary total contract by +/- 30% due to operational requirements and to make multiple awards to meet said requirements. The Government also reserves the right to increase and decrease the Period of Performance dates due to mission requirement. In the event this happens, the Contracting Officer will notify the Contractor within 12-24 hours to make adjustments accordingly. The Government will not be charged for mission changes. The award decision is based on Lowest Price Technically Acceptable. The contractor's Past Performance will be reviewed. Companies that have negative past performance shall not be awarded the contract. The price will be determined fair and reasonable IAW Far Part 13.106. Questions must be submitted by 4:00 PM PST on 9 January 2015 Any questions submitted after that time will not be taken. Please provide 12 hrs for a response. Answers will be subitted on an attachment to the reposting of the solicitation. This is a Request for Bids under Federal Acquisition Regulation 13, Simplified Acquisition. The following clauses apply: ClauseCriteria FAR 52.213-1Fast Pay is incorporated by reference and applies to Fast Paypurchase orders under $30,000. FAR 52.213-2Is incorporated by reference and applies to Invoicespurchase orders authorized for Advance Payment. FAR 52.213-3Is incorporated by reference and applies to all firm fixed Notice to Supplierprice purchase orders. FAR 52.213-4Is incorporated by reference and applies to Terms and Conditions-purchase orders under $150,000. Simplified Acquisitions, Non-Commercial items FAR 52.252-2 : This 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. 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.212-2 Evaluation-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 52.212-5 Contract 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 52.252-2:This 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. 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. The contract price includes all applicable Federal, state, and local taxes and duties. FOB Destination CONUS (Continental U.S.) 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. Certification Regarding Responsibility Matters (Apr 2010) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [_] are not [XXX] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [_] have not [XXX], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks ?have?, the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [_] are not [XXX] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [_], have not [XXX], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. ??6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. ??6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. ??6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) ?Principal,? for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror?s responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. Sellers must present their representations and certifications, upon request, through the System for Award Management website at www.sam.gov Partial bids are not permitted in the FedBid Marketplace. Partial bid means a bid submitted through the website by a seller, which does not qualify as an acceptable bid under a Reverse Auction because it does not include all required line items or other specifications. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6718bd69f0c9a49f46875c11a18eff4e)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03612748-W 20150111/150109234308-6718bd69f0c9a49f46875c11a18eff4e (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.