Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
MODIFICATION

S -- Snow Plow/Removal Service Contract

Notice Date
9/7/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
11 Hap Arnold Blvd, Tobyhanna, PA 18466
 
ZIP Code
18466
 
Solicitation Number
619400OY
 
Response Due
9/14/2016
 
Archive Date
3/13/2017
 
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 619400OY 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 2005-89-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 488490 with a small business size standard of $7.50M.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 2016-09-14 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The APG - Tobyhanna requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: On Call Supplemental Snow Plowing, Tour date September 8th at 10:00AM in security building 20. PLEASE HOLD ALL YOUR QUESTIONS UNTIL THE TOUR, THEN THE QUESTIONS WILL BE ANSWERED IN A MODIFICATION OF THIS SOLICTITATION Please arrive at the Visitor Control Center building 606 to be processed/registered at minimum an hour early. Please feel free to call the Visitor Control Center for their process procedures. Please contact michael.j.clark238.civ@mail.mil, phone 570-615-9554 for any questions on the solicitation or the tour PLEASE REVIEW THE ATTACHED STATEMENT OF WORK (SOW) THIS WILL BE ONE BASE YEAR AND TWO OPTIONS YEARS. THERE WILL BE TERMS WITH THE OPTION YEARS. Please fill In the statement of work and return to FEDBID or me as an attachment. Wage Determination No.: 2005-2453, Revision No.: 17, Date Of Revision: 12/29/2015. THE AWARD WILL BE BASED ON THE BEST VALUE TO THE GOVERNMENT, CONSIDERING PRICE AND DELIVERY DATE. PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING APPLICATION WILL BE USED IN THE EVALUATION OF SUPPLIERS' PAST PERFORMANCE IN ACCORDANCE WITH DFARS CLAUSE 252.213-7000., 1, LOT; LI 002: Contractor Manpower Reporting The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Snow Plowing via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on ?Department of the Army CMRA? or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on ?Send an email? which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component?s Contractor Manpower Reporting website., 1, LOT; LI 003: Option Year 1, 1, Lot; LI 004: Option Year two, 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, APG - Tobyhanna 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. APG - Tobyhanna 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. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. 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, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 52.209-11 As prescribed in 9.104-7(d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that? (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation. As prescribed in 9.108-5(a), insert the following provision: Prohibition On Contracting With Inverted Domestic Corporations--Representation (Nov 2015) (a) Definitions. ?Inverted domestic corporation? and ?subsidiary? have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. The offeror represents that? (1) It [ ] is, [X ] is not an inverted domestic corporation; and (2) It [ ] is, [X] is not a subsidiary of an inverted domestic corporation. 52.212-4, 52.219-6, 52.247-34,252.203-7000, 252.203-7002, 252.204-7012, 252.225-7048,252.213-7000, 5152.232-4000, 5152.233-4001, 5152.233-4000, 5152.246-4009 52.212-5, 52.252-2,252.232-7006 THE PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING APPLICATION WILL BE USED IN THE EVALUATION OF SUPPLIERS' PAST PERFORMANCE IN ACCORDANCE WITH DFARS Service Contract Act of 1965 Statement of Equivalent Rates- You must fill in the job grade and hourly salary. (Example- WG-8 $21.05/hr.) Prohibition on contracting with inverted domestic Corp ?Rep (Solicitations Only) Prohibition on contracting with inverted domestic Corp Evaluation of Options Exercised at Time of Contract Award- When the Government will evaluate the total price for the basic requirement together with any options exercised at the time of award. (Use in solicitations only) Extension of Services- Option to extend up to 6 months Evaluation of Options- Government will evaluate bids by adding the total price for all options to the total price for the basic requirement. Note- Does not obligate Government to exercise options. (Use in solicitations only) Site Visit, in solicitations for services to be performed on Government installations, unless the solicitation is for construction. Protection of Government Buildings, Equipment, and Vegetation, in solicitations and contracts for services to be performed on Government installations, unless a construction contract is contemplated. Tobyhanna Army Depot On-Site Contractor Workforce and Visitor Restrictions- Used when contractors are performing services at Tobyhanna. Contractor Vehicles- Used when contractor will be using their vehicles, trailers or equipment on Tobyhanna
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f5132f0b217b1c1c75729d20af6931ce)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN04260653-W 20160909/160907235959-f5132f0b217b1c1c75729d20af6931ce (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.