Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
MODIFICATION

W -- OPTION - Visitor Control Office Trailers

Notice Date
8/30/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
34 SOuth Gate Road SUite 1104, Ft Buchanan, PR 00934
 
ZIP Code
00934
 
Solicitation Number
W912C3-17-Q-026A
 
Response Due
9/5/2017
 
Archive Date
3/4/2018
 
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 W912C3-17-Q-026A 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 532120 with a small business size standard of $38.50M. 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 2017-09-05 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Buchanan, PR 00934 The MICC Fort Buchanan requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/15/2017 - 09/14/2018 LI 001: Preparation and Installation of trailer - One Office Trailer (23 ½ ft. x 35ft.) The Contractor shall furnish all labor, personnel, materials, supervision, equipment, insurance and all required deliverables necessary to provide transportation, installation, anchorage, maintenance and repair, removal and disposition of trailer as stated in the Performance Work Statement enclosed. Period of Performance is 60 days (2 months) after issuance of the order. Approximately September 1, 2017 through October 31, 2017, 2, months; LI 002: Preparation and Installation of trailers - One Unisex bathroom trailer (10ft x 28ft) The Contractor shall furnish all labor, personnel, materials, supervision, equipment, insurance and all required deliverables necessary to provide transportation, installation, anchorage, maintenance and repair, removal and disposition of trailer as stated in the Performance Work Statement enclosed. Period of Performance is 60 days (2 months) after issuance of the order.Approximately September 1, 2017 through October 31, 2017, 2, Months; LI 003: BASE Rental Item 1 - One Office Trailer (23 ½ ft. x 35ft.)- Rental / Lease of trailer for one base year of 12 months. Cost shall include all labor, personnel, materials, supervision, equipment, insurance and all required deliverables necessary to provide transportation, installation, anchorage, maintenance and repair, removal and disposition of trailer as stated in the Performance Work Statement enclosed. Period of performance is for 12 months starting once the Installation is complete. (Approximately from November 1, 2017 through October 31, 2018), 10, Months; LI 004: BASE Rental Item 3 - One Unisex bathroom trailer (10ft x 28ft) - Rental / Lease of trailer for one base year of 12 months. Cost shall include all labor, personnel, materials, supervision, equipment, insurance and all required deliverables necessary to provide transportation, installation, anchorage, maintenance and repair, removal and disposition of trailer as stated in the Performance Work Statement enclosed. Period of performance is for 12 months starting once the Installation is complete.(Approximately from November 1, 2017 through October 31, 2018), 10, Months; Option 1 Period of Performance: 09/15/2018 - 09/14/2019 LI 001: OPTION 1 Rental Item 1 - One Office Trailer (23 ½ ft. x 35ft.) -Rental / Lease of trailer for one Option year of 12 months. Cost shall include all labor, personnel, materials, supervision, equipment, insurance and all required deliverables necessary to provide transportation, installation, anchorage, maintenance and repair, removal and disposition of trailer as stated in the Performance Work Statement enclosed. Period of performance is for 12 months after Base year is complete if exercised by the Government (Approximately November 1, 2018 through October 31, 2019), 12, Months; LI 002: OPTION 1 Rental Item 3 - One Unisex bathroom trailer (10ft x 28ft)- One Office Trailer (23 ½ ft. x 35ft.) - Rental / Lease of trailer for one Option year of 12 months. Cost shall include all labor, personnel, materials, supervision, equipment, insurance and all required deliverables necessary to provide transportation, installation, anchorage, maintenance and repair, removal and disposition of trailer as stated in the Performance Work Statement enclosed. Period of performance is for 12 months after Base year is complete if exercised by the Government (Approximately November 1, 2018 through October 31, 2019), 12, Months; Option 2 Period of Performance: 09/15/2019 - 03/14/2020 LI 001: OPTION 2 Rental Item 1 - One Office Trailer (23 ½ ft. x 35ft.) - Rental / Lease of trailer for one Option year of 6 months. Cost shall include all labor, personnel, materials, supervision, equipment, insurance and all required deliverables necessary to provide transportation, installation, anchorage, maintenance and repair, removal and disposition of trailer as stated in the Performance Work Statement enclosed. Period of performance is for 6 months after 1st Option year is complete if exercised by the Government (Approximately November 1, 2019 through April 30, 2020), 6, months; LI 002: OPTION 2 Rental Item 3 - One Unisex bathroom trailer (10ft x 28ft)- One Office Trailer (23 ½ ft. x 35ft.) - Rental / Lease of trailer for one Option year of 6 months. Cost shall include all labor, personnel, materials, supervision, equipment, insurance and all required deliverables necessary to provide transportation, installation, anchorage, maintenance and repair, removal and disposition of trailer as stated in the Performance Work Statement enclosed. Period of performance is for 6 months after 1st Option year is complete if exercised by the Government (Approximately November 1, 2019 through April 30, 2020), 6, 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 Buchanan 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 Buchanan 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 selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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, will apply: 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)); 52.222-21 Prohibition of Segregated Facilities (Apr 2015); 52.222-26 Equal Opportunity (Sep 2016) (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212); 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793); 52.222-37 Employment Reports on Veterans (Feb 2016) (38 U.S.C.4212); 52.225-13, 52.232-34, 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C.chapter 78 and E.O. 13627); 52.223-13, Acquisition of EPEAT -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514; 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b); 52.204-9 Personal Identity Verification of Contractor Personnel; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513; 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).;52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note,Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138,112-41,112-42, and 112-43); 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note); 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332).The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001:252.204-7004: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-7000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions; 252.232-7006 WAWF Payment Instructions. 252.209-7992 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2015 Appropriations. 252.243-7001. Pricing Of Contract Modifications. 252.243-7002 Requests for Equitable Adjustment. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.F AR 52.204-7 System for Award Management System, FAR 52.204-13 System for Award Management System. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7006 Wide Area Work Flow Payment Instructions. 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 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 Bid MUST be good for 90 calendar days after submission Shipping must be free on board (FOB) Ft. Buchanan, Puerto Rico which means that the seller must deliver the goods on its conveyance to Ft. Buchanan or to the destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Including all equipment necessary to complete delivery to Fort Buchanan, PR 00934 No partial shipments unless otherwise specified at time of order. 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 (HQ), Army Materiel Command (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 (GAO) 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 HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. Award will be base on Trailer Measurements, Breakdown requested and Price. After technical evaluation of measurement and Breakdown is evaluated Award will be given to the Lowest Price Technically Acceptable. "Acceptance period," as used in this provision, means the number of calendar days available to the Government for awarding a contract from the date specified in this solicitation for receipt of bids. This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this Fedbid. The Government requires a minimum acceptance period of 90 calendar days. A bid allowing less than the Government's minimum acceptance period will be rejected. The bidder agrees to execute all that it has undertaken to do, in compliance with its bid, if that bid is accepted in writing within 60 Calendar day acceptance period" Carla M Rosario-Rivera, Contracting Specialist Phone: 787-707-4528 Email: carla.m.rosario-rivera.civ@mail.mil The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; 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 3 years. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0cf35db37c134882ed1d7040ca0b189d)
 
Place of Performance
Address: Fort Buchanan, PR 00934
Zip Code: 00934
 
Record
SN04654004-W 20170901/170830232016-0cf35db37c134882ed1d7040ca0b189d (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.