Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
MODIFICATION

G -- Encampment Services for Mulberry HS Camp Panther

Notice Date
5/18/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
199 6th Ave, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
W9124D-17-Q-5631
 
Response Due
5/18/2017
 
Archive Date
11/14/2017
 
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 W9124D-17-Q-5631 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 721214 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 2017-05-18 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The MICC Fort Knox requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Breakfast Meal, Cadet Breakfast meals for 400 cadets 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 1200, EA; LI 002: Dinner Meal, Cadet Breakfast meals for 400 cadets 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 1200, EA; LI 003: Breakfast Meal, Cadre Breakfast meals for 50 cadets 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 150, EA; LI 004: Dinner Meal, Cadre Breakfast meals for 50 cadets 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 150, EA; LI 005: Lodging and Facility Usage Lodging and facility usage for 400 Cadets and 50 Cadre to include operations headquarters. Lodging shall include 1 bed per individual. Training facilities shall include High and Low COPE Course, Rappelling, Land Navigation, Archery Range and Training, Leader Reaction Course, Obstacle Course, Pool, and Drown-proofing Training areas to include providing all maintenance and sanitation 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 1, Job; LI 006: Training Shelter Equipment and shelters at training locations for inclement weather to include location with audiovisual projector and screen for training 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 1, EA; LI 007: Gators/Golf Carts 4 passenger Gators/Golf Carts with fuel 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 9, EA; LI 008: Training Program/Instructors Training program and instructors to provide High and Low COPE Course, Rappelling, Land Navigation, Archery Range and Training, Leader Reaction Course, Obstacle Course, Pool, and Waterproofing Training 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 1, Job; LI 009: Portable Showers Provide portable shower points capable of 40 stalls 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 1, Job; LI 010: Portable Latrines Portable latrines located in multiple locations throughout camp emptied and cleaned daily 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 22, EA; LI 011: Medical Coverage Building, Personnel, and Equipment to provide 24-hour, manned first aid station 8-11 JUNE 2017 in accordance with Performance Work Statement attached, 1, Job; LI 012: Contractor Manpower Reporting As directed by the Secretary of the Army in accordance with Performance Work Statement attached, 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 Fort Knox 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 Knox 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. Facilities must be located within 45 miles of Lake Wales, FL, in accordance with the attached Performance Work Statement. Offeror shall include proposed location of contract performance with quote. Failure to identify proposed location will render quote non-responsive. In accordance with the attached Performance Work Statement, contract work will be performed 8 June 2017 through 11 June 2017. The following FAR Provisions apply to this requirement: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.212-1, Instructions to Offerors 52.212-3 ALT I, Representations and Certifications 52.237-1, Site Visit The following FAR Clauses apply to this requirement: 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by reference of Representations and Certifications 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52-209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-4, Contract Terms and Conditions 52.222-41, Service Contract Act of 1965, as Amended 52.232-1, Payments 52.232-8, Discounts for Prompt Payments 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors The following DFARS Provisions apply to this requirement: 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations The following DFARS Clauses apply to this requirement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004 ALT A, System for Awards Management 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Invoicing 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts to Commercial Items All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. FOB Destination CONUS (CONtinental U.S.) Bid MUST be good for 30 calendar days after submission No partial shipments unless otherwise specified at time of order 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 System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /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 Buy American Certificate, when attached, must be completed and faxed to 502-624-7165 before the end date and time of this solicitation. Digital copies of the certificate may be emailed to clientservices@fedbid.com. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ccc464456a92f1c7932c59b1ddcdc55c)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04513871-W 20170520/170518235554-ccc464456a92f1c7932c59b1ddcdc55c (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  © 1994-2020, Loren Data Corp.