Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
MODIFICATION

W -- Tents with HVAC, Lights, Floor, Electrical Outlets and Power Generation

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg. 2015 N. 4th Street, JBLM, WA 98433
 
ZIP Code
98433
 
Solicitation Number
UNAWARD-17-Q-8266
 
Response Due
8/14/2017
 
Archive Date
2/10/2018
 
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
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 UNAWARD-17-Q-8266 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 532292 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 2017-08-14 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance. The MICC Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following: LI 001: Two (2) 7,200 sq. ft. tents with ECU shall be resourced with all required equipment (i.e. lighting, Astro Turf flooring, doors, walls, and generators to power lights and ample outlets) throughout the tent; to include Heating Ventilation and Air Conditioning (HVAC) and the power generation to power them. Must have one spider box per every 50 square feet. All equipment will be in place and fully operational no later than 1700 PST on the 31 Aug 2017. The location is LSA Warrior RUBA. The period of performance is 1 Sep to 30 Sep 2017., 60, Equipment Days; LI 002: Two (2) 7,200 sq. ft. tents with ECU shall be resourced with all required equipment (i.e. lighting, Astro Turf flooring, doors, walls, and generators to power lights and ample outlets) throughout the tent; to include Heating Ventilation and Air Conditioning (HVAC) and the power generation to power them.Must have one spider box per every 50 square feet. All equipment will be in place and fully operational no later than 1700 PST on 22 Sep 2017. The period of performance is 23 Sep to 2 Oct 2017. The location is YERMO., 20, Equipment Days; LI 003: Two (2) 800 sq. ft. tents with ECU shall be resourced with all required equipment (i.e. lighting, Astro Turf flooring, doors, walls, and generators to power lights and ample outlets) throughout the tent; to include Heating Ventilation and Air Conditioning (HVAC) and the power generation to power them. Must have one spider box per every 50 square feet. All equipment will be in place and fully operational no later than 1700 PST on 15 Sep 2017. The period of performance is 16 Sep to 22 Sep 2017. The location is OP Casey., 14, Equipment Days; LI 004: Two (2) 800 sq. ft. tents with ECU shall be resourced with all required equipment (i.e. lighting, Astro Turf flooring, doors, walls, and generators to power lights and ample outlets) throughout the tent; to include Heating Ventilation and Air Conditioning (HVAC) and the power generation to power them. Must have one spider box per every 50 square feet. All equipment will be in place and fully operational no later than 1700 PST on 31 Aug 2017. The period of performance is 1 Sep to 28 Sep 2017. The location is Bicycle Lake., 56, Equipment Days; 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 Joint Base Lewis McChord 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 Joint Base Lewis McChord 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. In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, best describes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (532292, Recreational Goods Rental (Tents, Camping, Rental) with an applicable small business size standard of ($7.5Mil). The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. If an interested party have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also officially protest to the contracting officer. Contract award or performance is suspended during the protest. To be timely, protests must be filed within the periods specified in FAR 33.103. If an interested party has complaints or want to file a protest it must be sent to the address below: Mission and Installation Contracting Command Chief, Supply and Small Services Branch BOX 339500, MS 19 JBLM, WA 98433-9500 Facsimile number 253-967-3844 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: [contract number] HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Quotes MUST be valid for 30 days after Request for Quote/solicitation ™s closing date. Questions concerning this solicitation must be submitted at least 5 days prior to the established closing date to reasonably expect a response from the Government. Those questions not received within the proscribed date may not be considered. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions for quotes utilizing FedBid. Quotes must be submitted per unit price. Multiple awards will not be made; therefore, quotes that cover less than all the items and quantities in this solicitation will be rejected and deemed non-responsive. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d8b2d1852ea1895763960282bca7428)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04624819-W 20170813/170811231826-9d8b2d1852ea1895763960282bca7428 (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.