Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2015 FBO #5004
MODIFICATION

J -- Antenna Tower Maintenance

Notice Date
8/4/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
2021 Club Rd, Fort Bliss, TX 79916
 
ZIP Code
79916
 
Solicitation Number
W911SG-15-R-DT02
 
Response Due
8/27/2015
 
Archive Date
2/23/2016
 
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 W911SG-15-R-DT02 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 2005-83. The associated North American Industrial Classification System (NAICS) code for this procurement is 237130 with a small business size standard of $36.50M.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 2015-08-27 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bliss, TX 79916 The MICC Fort Bliss requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Antenna Tower Maintenance and Repair Services In Accordance With the attached PWS., 1, JOB; 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 Bliss 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 Bliss 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. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://www.acquisition.gov/far/index.html The following provisions are incorporated by reference IAW FAR 52.252-1 and can be viewed electronically one of the two addresses listed within the clause (see 52.252-1): 52.204-13 System for Award Management Maintenance; 52.204-16 Commercial and Government Entity Code Reporting; 52.212-1 Instructions to Offerors- Commercial Item; 52.212-2 Evaluation-Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction; This contract incorporates one or more clauses by reference, with the same force and effect 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/these address(es): http://farsite.hill.af.mil https://www.acquisition.gov/far/index.html The following clauses are incorporated by reference IAW FAR 52.252-2 and can be viewed electronically one of the two addresses listed within the clause (see 52.252-2): 52.211-10 Commencement, Prosecution, and Completion of Work; 52.222-6 Construction Wage Rate Requirements; 52.222-7 Withholding of Funds; 52.222-8 Payrolls and Basic Records; 52.222-9 Apprentices and Trainees; 52.222-10 Compliance with Copeland Act Requirements; 52.222-11 Subcontracts (Labor Standards); 52.222-12 Contract Termination-Debarment; 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations; 52.222-14 Disputes Concerning Labor Standards; 52.222-15 Certification of Eligibility; 52.222-27 Affirmative Action Compliance Requirements for Construction; 52.222-29 Notification of Visa Denial; 52.223-6 Drug-Free Workplace; 52.232-5 Payments under Fixed-Price Construction Contracts; 52.232-23 Assignment of Claims; 52.232-27 Prompt Payment for Construction Contracts; 52.232-39 Unenforceabilityof Unauthorized Obligations; 52.233-1 Disputes; 52.233-4 Applicable Law for Breach of Contract Claim; 52.236-5 Material and Workmanship; 52.236-7 Permits and Responsibilities; 52.243-4 Changes; 52.249-7 Termination (Fixed- Price Architect- Engineer); 52.249-10 Default (Fixed-Price Construction). See attachment entitled provisions and clauses by full text. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) as an attachment to the vendors pricing information. Failure to provide attachment could result in the offeror labeled as non-compliant. (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 ?Web Based Training? 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). Invoice and Receiving Report (COMBO) (Contracting Officer: Insert applicable document type(s). Note: If a ?Combo? document type is identified but not supportable by the Contractor's business systems, an ?Invoice? (stand-alone) and?Receiving Report? (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DoDAAC: W5K9F8 (Contracting Officer: Insert inspection and acceptance locations or ?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 WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC 0490 Issue By DoDAAC W911SG Admin DoDAAC W911SG Inspect By DoDAAC W5K9F8 Ship To Code W5K9F8 Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) ____ 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 ?Send Additional Email Notifications? field of WAWF once a document is submitted in the system. INSPECTOR: Mrs. Robin Chacon robin.r.chacon.civ@mail.mil, ACCEPTOR: Mrs. Robin Chacon robin.r.chacon.civ@mail.mil, RECEIVING OFFICE POC: Mr. Daniel Beatty daniel.s.beatty.civ@mail.mil, CONTRACT SPECIALIST: SSG David Timmons david.b.timmons.mil@mail.mil CONTRACTING OFFICER: Melissa Garcia melissa.garcia5.civ@mail.mil (g) WAWF point of contact: Mrs. Robin Chacon robin.r.chacon.civ@mail.mil. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) All questions regarding this solicitation shall be sent via email to david.b.timmons.mil@mail.mil atleast 72 hours prior to the solicitation closing time. Answers will be provided atleast 48 prior to solicitation closing. The government will not respond to phone calls or written messages regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2f079f29f10ab25c305dcc0a14131711)
 
Place of Performance
Address: Fort Bliss, TX 79916
Zip Code: 79916
 
Record
SN03822214-W 20150806/150804235408-2f079f29f10ab25c305dcc0a14131711 (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.