Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOLICITATION NOTICE

56 -- Troop Construction Materials Blanket Purchase Agreements -- Fort Carson

Notice Date
7/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
MICC - Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-15-T-0076
 
Response Due
8/12/2015
 
Archive Date
9/26/2015
 
Point of Contact
Nicholas Tapp, 719-524-0543
 
E-Mail Address
MICC - Fort Carson
(nicholas.d.tapp.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. his is a combined synopsis/solicitation prepared in accordance with the format in Subpart 12.6 and 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation Number W911RZ-15-T-0076. The Mission and Installation Contracting Command - Fort Carson (MICC-FC) has identified a supply requirement for construction materials. The purpose of this notice to gather multiple sources to award multiple Blanket Purchase Agreements for Fort Carson. The North American Industry Classification Code (NAICS) 236210 Industrial Building Construction. The Small Business Size Standard is $36.5 million. This solicitation shall close on 12 August 2015, 12:00 p.m. (Noon) Mountain Time, 2:00 p.m. Eastern Time. Materials lists received after this time shall not be considered. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quote to Nicholas Tapp, Contracting Officer, via email to nicholas.d.tapp.civ@mail.mil. Contractors are required to acknowledge any amendments to this combined synopsis solicitation. To be eligible for an award, contractor must be registered in the System For Award Management (SAM) database. A contractor can contact SAM at https://www.sam.gov/portal/public/SAM/ NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted through Wide Area Work Flow. You can register at https://wawf.ef.mil/index.html. FAR and DFARS Provisions and Clauses: The following provisions and clauses are applicable to this purchase order and may be viewed at http://farsite.hill.af.mil/ or www.acquisition.gov/far/. Supplies Information: The purpose of developing a Blanket Purchase Agreement (BPA) is to provide that the supplier shall furnish limited lumber and hardware, concrete and landscaping supplies listed individually on an approved pricelist, if and/or when requested by an authorized caller, or the Contracting Officer during the effective period. For additional information please see the attached material lists. In responding to this notice, please provide the following: 1.Company profile to include your DUNS number, cage code, and a statement regarding your current business status (small/large), if a small business identify whether or not your classification includes a specific classification. (i.e.-certified 8(a), Service-Disabled Veteran-Owned (SDVOSB), or certified HubZone) 2.Company information to include name, physical address, phone number and email address. 3.The attached materials lists stating which materials your company can provide and the first year price list. The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. Respondents should not submit any proprietary information when responding to this notice. Respondents should also note that the Government will not return any information submitted in response to this notice. The offers are encouraged to provide the best pricing because each call will be competed amongst all Blanket Purchase Agreement holders. DESCRIPTION OF AGREEMENT Purpose: The purpose of this Blanket Purchase Agreement (BPA) is to provide that the supplier shall furnish limited hardware and lumber supplies listed individually on an approved pricelist, if and/or when requested by an authorized caller, or the Contracting Officer during the effective period. Effective Period: The effective period of this agreement is 1 September 2015 through 30 August 2020 unless sooner terminated in writing by the Contracting Officer or the contractor. Any termination will require a minimum of thirty (30) days written notice to either party addressed herein. An annual inspection of the BPA shall be conducted on or within 30 days of its anniversary, and the pricelist shall be approved on an annual basis by the Contracting Officer. Calls placed and/or accepted outside of an approved pricelist shall be the sole responsibility of the contractor. Extent of Obligation: The Government is obligated only to the extent of the calls actually placed against this BPA by authorized personnel. The contractor accepts all risk of non-payment by accepting calls from non-authorized personnel, and/or outside of the effective period. Call Limitations: Calls may generally be placed orally. Authorized callers may place individual calls under this agreement not to exceed $10,000.00 per call. The GPC Coordinator may further authorize on a case-by-case basis the authorized caller to place an increased call from $10,000.00 (subject to card limitation) not to exceed $25,000.00. The Contracting Officer may place an individual call under this agreement not to exceed $25,000.00 in written form. Authorized Callers: The Contracting Officer shall provide a list of personnel authorized to place calls under this BPA. The Authorized Callers list shall include the Name, Rank, Phone Number, and the authorized dollar limitation for each individual authorized callers. Only individuals identified in the authorized caller list may place calls up to the agreed amount. Contractor acceptance of calls placed by individuals not on the authorized caller list shall be at the sole risk of the contractor. All warranted Mission & Installation Contracting Command - Fort Carson, Contracting Officers and their agents, and authorized GPC holders acting within the scope of their appointed procurement authority, are authorized to place calls against this BPA. No other military unit, or office on Fort Carson is authorized to place calls against this BPA. Pricing: This is an unpriced BPA, subject to maximum pricing established either in this BPA or in the BPA holder's proposal which is considered incorporated in this BPA. All pricing for an individual call shall be established in accordance with the BPA holder's quote submitted in response to a request by a BPA Authorized Caller. Method of Payment: A. Billing Period: Individual calls shall include a method of payment per each call placed. There is no additional billing period for this BPA. B. Government Purchase Card: The individual authorized to place BPA calls shall provide the contractor their Government Purchase Card (GPC) card for payment at the time of placing the individual call in accordance with all Fort Carson GPC policies, rules and regulations. A record of each call is to be maintained with the customer, including but not limited to all supporting documention (invoice, price comparison, delivery requirements, and other relevant information), and approvals for the particular call in chronological order. C.Invoice Payment: In the event a product is provided without adequate payment the contractor may provide an itemized invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all products provided during a billing period and for which payment has not been received. a.The contractor shall submit an invoice to the applicable Authorized Caller listed in the paragraph quote mark Authorized Callers quote mark, above. b.Payment will be made by Government Purchase Card. c.The contractor's invoice must contain all of the following additional information: i.Name and address of the contractor. ii.Invoice date and number. iii.A copy of the call email(s). iv.Description, quantity, unit of measure, unit price and extended price of the items delivered. v.Date(s) of purchase. vi.Terms of any prompt payment offered. vii.Name and contact information of the contractor representative responsible for payment processing. viii.Name, title and phone number of the person to be notified in the event of defective invoice. ix.Purchases under this BPA are by and for the US Government, which is not subject to state taxes. Therefore, no such taxes shall be included on invoiced amounts. Administration: All correspondence or information pertaining to this BPA shall be addressed to: Mission and Installation Contracting Command 1676 Evans St, Bldg 1220, 3rd Floor Fort Carson, CO 80913-4198 Ship To: All deliveries/shipments other than item pick-ups pertaining to this BPA shall be delivered to: Directorate of Public Works Attn: XXXXXXXXXXXXXX Fort Carson, CO 80913-4001 All shipments under this agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: (i)Name of Supplier (ii)BPA Number (iii)Date of Purchase (iv)Purchase Number (v)Itemised list of supplies furnished (vi)Quantity, unit price and extension of each item, less applicable discounts (vii)Date of Delivery or Shipment Withdrawal of Agreement: A.Withdrawal of this BPA may be affected by either party, giving the other party written notice of intent to withdraw; thirty (30) calendar days prior to the effective date of withdraw. B.The above will not relieve either party from performance or acceptance of those calls which were issued and accepted prior to the effective date of withdrawal, unless otherwise agreed to by the parties herein. Call Restrictions: No call shall be placed by the Government or accepted by the contractor under this agreement outside of the approved effective period or for a product not on the approved pricelist. Calls placed and accepted by the contractor outside of the effective period or by an unauthorized caller shall be the sole risk of the contractor. In addition, no call shall be placed or accepted where the delivery cannot be reasonably provided on or before the expiration or termination of the BPA. Pricing: The contractor warrants that the prices charged to the Government under this BPA shall be as low or lower than those charged the contractor's most favored customer for comparable quantities under similar terms and conditions, in addition to any discounts applied for prompt payment. Pricelists: At the request of the Contracting Officer each agreement holder shall submit an annual price list. The pricelist is valid for one year and shall be approved by the Contracting Officer on an annual basis. The contractor shall provide to the Contracting Officer a pricelist indicating the contractor's prices on an annual basis. The Contracting Officer shall approve the pricelist annually based on a price, fair and reasonableness determination. The approved pricelist shall be distributed to the authorized caller list, the contractor and maintained in the BPA file documentation. Authorized callers are responsible to verify the current pricelist prior to placing calls to the contractor. The approved pricelist is hereby incorporated as attached and signed and dated by the Contracting Officer. Prompt Payment Discount: Under the Prompt Payment Act, any discount offered to the Government is based on the invoice date, not the actual data of receipt in the proper paying office. It is emphasized that once a discount is offered the invoice be addressed to the proper paying office and mailed promptly. The timely submission of a proper invoice in compliance with the contract terms is the key to processing invoices with prompt payment discounts. If the paying office is unable to take the vendor offered discount under the Prompt Payment Act, it is to be remembered that the invoice payment due date reverts to the 30th day after the invoice is received or 30 days after the Government acceptance of supplies delivered and services performed by the contractor, whichever is later. In addition, discounts that do not meet the cost-effective criterion are scheduled for Net (30 days) payment. Discount Terms: NET 30 52.204-7 -- System for Award Management 52.212-1 -- Instructions to Offerors -- Commercial Items 52.213-1 -- Fast Payment Procedure 52.213-3 -- Notice to Supplier 52.213-4 -- Terms and Conditions -- Simplified Acquisitions (Other Than Commercial Items). 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the quote mark Web Based Training quote mark link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWFData to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC____ Issue By DoDAACW911RZ Admin DoDAAC____ Inspect By DoDAAC____ Ship To CodeW51HU9 Ship From Code____ Mark For Code____ Service Approver (DoDAAC)____ Service Acceptor (DoDAAC)W51HU9 Accept at Other DoDAAC____ LPO DoDAAC____ DCAA Auditor DoDAAC____ Other DoDAAC(s)____ -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the quote mark Send Additional Email Notifications quote mark field of WAWF once a document is submitted in the system. To be filled in at award. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. N/A (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. Acquiring Access to Fort Carson Installation (One-Time Service/Supply), 29 June 2015, MICC-FC Effective 1 May 2015, Individuals that do not have a Department of Defense (DoD) Identification (ID) Card and require entry on to Fort Carson Installation will be subjected to a National Crime Information Center (Check). The individual must have a valid U.S. or State issued photo ID, or U.S. Passport to show for proof of identity. If the individual is driving a vehicle, it must have a valid driver's license with current registration and insurance for the vehicle being driven on the installation. Everyone in the vehicle will be required to go through this process. 1.If the current contractor has a rapid gate pass, the pass will be recognized until the RAPIDGate program goes away (approximately April 2016) and a NCIC check will not be performed. 2.If the vendor only requires 1-time access, then the vendor is highly encouraged to access the base through Gate 3. Gate 3 will perform the NCIC checks. In order for the NCIC check to be performed at the gate: a.The individual must have a valid U.S. or State issued photo ID, or U.S. Passport to show for identity proof. b.If the individual is driving a vehicle, it must have a valid driver's license with current registration and insurance for the vehicle being driven onto the installation. c.Foreign National Visitors must present their passport and be escorted by a DoD ID card holder. Definitions: 1.Foreign National Definition: quote mark Foreign National (FN): A person who is not a citizen or national of the United States or its territories. quote mark 2. quote mark The Colorado driver's license issued for personnel who cannot demonstrate lawful presence in the US or can only demonstrate temporary lawful presence in the US is not recognized as a form of valid identification for access onto Fort Carson. quote mark This procedure also applies to any other state issued DL that has the statement on it that it is not valid for federal identification purposes. The vendor will only be granted access onto Fort Carson Installation if the NCIC III check on the individual shows no disqualifying issues in the check. Gate 3 will allow them to enter the base.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a36a1057e783b8d1a0c4cebdbfee994d)
 
Place of Performance
Address: MICC - Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
 
Record
SN03812815-W 20150730/150728235310-a36a1057e783b8d1a0c4cebdbfee994d (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.