Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2017 FBO #5608
SOLICITATION NOTICE

68 -- OPTION - Dry Ice

Notice Date
3/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
976 William H. Wilson Ave. Suite 100, Fort Stewart, GA 31314
 
ZIP Code
31314
 
Solicitation Number
W9124M-17-Q-VL10
 
Response Due
4/10/2017
 
Archive Date
10/7/2017
 
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
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 W9124M-17-Q-VL10 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 325120 with a small business size standard of 1,000.00 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 2017-04-10 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be, null null The MICC Fort Stewart requires the following items, Purchase Description Determined by Line Item, to the following: Base Period of Performance: 04/17/2017 - 09/30/2017 LI 001: 240 pounds of block-form dry ice weekly. Government will pick up every Monday between 8am and 10am. Government will pick up on Tuesday any week where Monday is a recognized Federal Holiday. The pickup location shall be available within a 50-mile radius of 230 Duncan Dr, Savannah, GA 31409. Contractor will separate 10 lbs blocks of dry ice into groupings as listed below. Contractor will label groupings as listed below. Winn Lab - 40 lbs; Tuttle Lab - 70 lbs; Richmond Hill Medical Home Lab - 20 lbs; North TMC - 20 lbs; Hawks Lab - 30 lbs; Winn Warehouse - 10 lbs; Entomology - 50 lbs, 5760, pound; Option 1 Period of Performance: 10/01/2017 - 09/30/2018 LI 001: 240 pounds of block-form dry ice weekly. Government will pick up every Monday between 8am and 10am. Government will pick up on Tuesday any week where Monday is a recognized Federal Holiday. The pickup location shall be available within a 50-mile radius of 230 Duncan Dr, Savannah, GA 31409. Contractor will separate 10 lbs blocks of dry ice into groupings as listed below. Contractor will label groupings as listed below. Winn Lab - 40 lbs; Tuttle Lab - 70 lbs; Richmond Hill Medical Home Lab - 20 lbs; North TMC - 20 lbs; Hawks Lab - 30 lbs; Winn Warehouse - 10 lbs; Entomology - 50 lbs, 12480, pound; Option 2 Period of Performance: 10/01/2018 - 09/30/2019 LI 001: 240 pounds of block-form dry ice weekly. Government will pick up every Monday between 8am and 10am. Government will pick up on Tuesday any week where Monday is a recognized Federal Holiday. The pickup location shall be available within a 50-mile radius of 230 Duncan Dr, Savannah, GA 31409. Contractor will separate 10 lbs blocks of dry ice into groupings as listed below. Contractor will label groupings as listed below. Winn Lab - 40 lbs; Tuttle Lab - 70 lbs; Richmond Hill Medical Home Lab - 20 lbs; North TMC - 20 lbs; Hawks Lab - 30 lbs; Winn Warehouse - 10 lbs; Entomology - 50 lbs, 12480, pound; Option 3 Period of Performance: 10/01/2019 - 09/30/2020 LI 001: 240 pounds of block-form dry ice weekly. Government will pick up every Monday between 8am and 10am. Government will pick up on Tuesday any week where Monday is a recognized Federal Holiday. The pickup location shall be available within a 50-mile radius of 230 Duncan Dr, Savannah, GA 31409. Contractor will separate 10 lbs blocks of dry ice into groupings as listed below. Contractor will label groupings as listed below. Winn Lab - 40 lbs; Tuttle Lab - 70 lbs; Richmond Hill Medical Home Lab - 20 lbs; North TMC - 20 lbs; Hawks Lab - 30 lbs; Winn Warehouse - 10 lbs; Entomology - 50 lbs, 12480, pound; Option 4 Period of Performance: 10/01/2020 - 09/30/2021 LI 001: 240 pounds of block-form dry ice weekly. Government will pick up every Monday between 8am and 10am. Government will pick up on Tuesday any week where Monday is a recognized Federal Holiday. The pickup location shall be available within a 50-mile radius of 230 Duncan Dr, Savannah, GA 31409. Contractor will separate 10 lbs blocks of dry ice into groupings as listed below. Contractor will label groupings as listed below. Winn Lab - 40 lbs; Tuttle Lab - 70 lbs; Richmond Hill Medical Home Lab - 20 lbs; North TMC - 20 lbs; Hawks Lab - 30 lbs; Winn Warehouse - 10 lbs; Entomology - 50 lbs, 12480, pound; 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 Stewart 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 Stewart 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 following provisions apply to this acquisition. FAR 52.252-1, Solicitation Provisions Incorporated by Reference. 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representation and Certification - Commercial Items (Offerors shall submit a completed copy of FAR 52.212-3) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7011 Alternative Line Item Structure; 252.225-7000 Buy American Balance of Payments Program Certificate FAR 52.252-1 Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) 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 (End of Provision) The following clauses apply to this acquisition. 52.204-18 Commercial and Government Entity Code Maintenance; 52.212-4 Contract Terms and Conditions - Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6,Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50 - Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. The following DFARS clauses apply: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.225-7001 Buy American and Balance of Payments Program; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.247-7023, Transportation of Supplies by Sea. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Offer MUST be good for 30 calendar days after submission 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 To request a questions and answers summary please email clientservices@fedbid.com or submit a request through the "submit a question" feature. Solicitation provisions and contract clauses are current to the most recent dates posted on http://farsite.hill.af.mil IAW FAR 52.212-2; Evaluation - Commercial Items. (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 and pick up location (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). (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d3351a255409dc82f5d50e2104f5702)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN04453524-W 20170401/170330235015-2d3351a255409dc82f5d50e2104f5702 (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.