Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
MODIFICATION

W -- Portable Shower Stations, Laundry and Water

Notice Date
5/25/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
199 6th Ave, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
W9124D-17-Q-5670
 
Response Due
5/30/2017
 
Archive Date
11/26/2017
 
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
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-5670 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 532299 with a small business size standard of $7.50M. 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 2017-05-30 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Jolon, CA 93928 The MICC Fort Knox requires the following items, Meet or Exceed, to the following: LI 001: The government requests a non-personnel contract for three (3) self-contained mobile Shower trailers to be delivered, set-up and operational from 1-30 June 2017(WAREX), at locations identified on the attached delivery schedule. Each shower trailer system will consist of a lighted and temperature controlled enclosed trailer with at least 8 shower heads and 8 sinks with mirrors per system. Contractor shall provide power generator, fresh water bag with pump, and gray water collection bag for each system. Water shall be heated utilizing a propane water heating system; propane shall be provided by the contractor. Generator shall be diesel driven with refueling being the responsibility of the Government. Shower trailers shall have stairs with slip 2 resistant treads and railings for ingress and egress. The Government will provide a level and accessible site, escort to site and site layout guidance. The contractor shall provide instruction to Government representatives on safe operation of the equipment. Set up begins no earlier than 1 June 2017. Contract includes delivery, setup, maintenance, teardown and pick-up of all system components., 3, EA; LI 002: The government requests a non-personnel contract for one (2) each laundry trailers to be delivered, set-up and operational from 1-30 June 2017 (WAREX) at locations identified on attached delivery schedule. The trailer shall have a minimum of 15 washers and 15 dryers. Contractor shall provide power generator, fresh water bag with pump, and gray water collection bag for each trailer. Water shall be heated utilizing a propane water heating system; propane shall be provided by the contractor. Generator shall be diesel driven with refueling being the responsibility of the Government. Laundry trailers shall have stairs with slip resistant treads and railings for ingress and egress. The Government will provide a level accessible site, escort to site and site layout guidance. The contractor shall provide instruction to Government representatives on safe operation of the equipment. Set up begins no earlier than 1 June 2017. Contract includes delivery, setup, maintenance, teardown and pick-up of all system components., 2, EA; LI 003: The government requests a non-personnel contract to provide daily deliveries of potable water up to 30,000 gallons of water per day. Delivery will include water tanks and various water bladders on multiple locations as per the attached delivery schedule. Tanks must be emptied, cleaned, and sanitized prior to the first fill up. Water shall be potable and fit for human consumption and shall be obtained from potable water points to include Ft. Hunter Liggett, CA. Camp Roberts, CA, and Camp San Luis Obispo, CA and transported in a certified container. Daily water deliveries shall begin no earlier than 1 June 2017 and end no earlier than 30 June 2017., 450000, Gallon; LI 004: CONTRACTOR MANAGEMENT REPORTING (CMR) : The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the USAREC 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 2017. 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 CMR website"., 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. 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 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/cf3fa0ec4e21b0a1b141c4de8cad5e6a)
 
Place of Performance
Address: Jolon, CA 93928
Zip Code: 93928-7081
 
Record
SN04522866-W 20170527/170526001237-cf3fa0ec4e21b0a1b141c4de8cad5e6a (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.