MODIFICATION
U -- Detroit Area Schools JROTC STEM Camp
- Notice Date
- 7/19/2017
- Notice Type
- Modification/Amendment
- Contracting Office
- 199 6th Ave, Fort Knox, KY 40121
- ZIP Code
- 40121
- Solicitation Number
- W9124D-17-Q-5816
- Response Due
- 7/21/2017
- Archive Date
- 1/17/2018
- 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-5816 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 611310 with a small business size standard of $27.50M. 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 2017-07-21 16:00:00.0 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 Meals, Cadet Breakfast meals for 180 cadets 1 - 3 August 2017 in accordance with the attached Performance Work Statement, 360, EA; LI 002: Lunch Meals, Cadet Lunch meals for 180 cadets 1 - 3 August 2017 in accordance with the attached Performance Work Statement, 540, EA; LI 003: Dinner Meals, Cadet Dinner meals for 180 cadets 1 - 3 August 2017 in accordance with the attached Performance Work Statement, 360, EA; LI 004: Breakfast Meals, Cadre Breakfast meals for 20 cadre 1 - 3 August 2017 in accordance with the attached Performance Work Statement, 40, EA; LI 005: Lunch Meals, Cadre Lunch meals for 20 cadre 1 - 3 August 2017 in accordance with the attached Performance Work Statement, 60, EA; LI 006: Dinner Meals, Cadre Dinner meals for 20 cadre 1 - 3 August 2017 in accordance with the attached Performance Work Statement, 40, EA; LI 007: Facility Usage Facilities, classrooms, parking, and associated equipment to conduct STEM camp for 180 cadets and 20 cadre 1 - 3 August 2017 in accordance with the attached Performance Work Statement, 1, EA; LI 008: Lodging Lodging for 180 cadets and 20 cadre 1 - 3 August 2017 in accordance with the attached Performance Work Statement, 400, EA; LI 009: Contractor Manpower Report As directed by the Secretary of the Army in accordance with guidance provided in the attached Performance Work Statement, 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. Contract performance will be at contractor's facilities. 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 1 August 2017 through 3 August 2017. The following FAR provisions are applicable: 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 The following FAR clauses are applicable: 52.204-13 System for Award Management 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 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 Payment 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors The following DFARS provisions are applicable: 252.203-7005 Representation Relating to Compensation of Former DoD Officials The following DFARS clauses are applicable under: 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 252.209-7005 Reserve Officer Training Corps and Military Recruiting on Campus 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Invoicing 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for 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/735eb9f6386dfefedde3b4cf7d0fc6cb)
- Place of Performance
- Address: See Place of Performance.
- Zip Code: -
- Zip Code: -
- Record
- SN04586428-W 20170721/170719235358-735eb9f6386dfefedde3b4cf7d0fc6cb (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 |