Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
MODIFICATION

71 -- DPW AFC Kennels

Notice Date
9/12/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
5TH STREET, FORT IRWIN, CA 92310
 
ZIP Code
92310
 
Solicitation Number
IRWINDPWSDS0014
 
Response Due
9/14/2017
 
Archive Date
3/13/2018
 
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 IRWINDPWSDS0014 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 337127 with a small business size standard of 500.00 employees. 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 2017-09-14 12:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT IRWIN, CA 92310 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: UltraBase Above Floor Kennel Mason ™s Ultrabase Above Floor System allows for the installation of indoor kennels in spaces not normally constructed for housing animals and has no floor seam to bend, break or leak. The product include a modular system to accommodate multiple configurations and maximize space and an elevated false floor base allowing for independent drainage systems beneath each kennel. We require kennels with interior dimensions of 48" wide by 72" long. A total of eleven (11) kennels will be installed in three separate locations as a row of five (5), a row of four (4), and a row of two (2) to accommodate spatial and organizational needs. Needed specifications are as follows: a base unit constructed of molded, solid surface Lite Gran ฎ fiberglass-reinforced plastic with a 1/2  thick honeycomb core in the main floor area; base unit should be in color "Aurora"; base unit contains a 2  PVC drain with removable snap-in hair guard; individual drains in each kennel feed into the interconnected under base drainage system; the ability for this contained drainage system to be easily directed to existing sewage systems without any significant modifications to existing facility flooring or plumbing; UltraBase legs are Super Gatorshield ASTM A500 structural steel tubing, threaded at one end and having a threaded insert at the opposite end; base units should be leveled to allow for adequate slope of under base drain system to create adequate flow and prevent impediments or blockages; the leveling system allows for modifiable floor mount and leveling capability to easily alter drainage slope if necessary; overall height of side and rear panes, and front gate, will be 72 ; kennel side and rear isolation panels are composed of fiberglass reinforced plastic (FRP) in color Aurora to 48  high and 1/4  thick tempered glass for an additional 24  to top; stall front/gate is composed of 1/4  thick tempered glass to 36  high and 3/16  in diameter of 304 stainless steel wire grid for an additional 36  to top; the stall front/gate will utilize a stainless steel two-way latch that opens both outward and inward and which secures automatically when gate is closed from the outward position; the stall front/gate will be designed to accept a padlock; the stall front/gate will include internal framework for holding suspended food and water bowls, which can be accessed and secured from the outside; to ensure proper leveling and functionality of drainage features, kennels should be installed by the manufacturer or an experienced kennel installation company approved by the manufacturer., 11, EA; LI 002: Shipping of Ultrabase Above Floor KennelShipping costs estimated through communications with Mason Company using manufacturer's location (Mason Company) in Leesburg, Ohio to installation location in Fort Irwin, California.Ultrabase Above Floor Kennel, 1, EA; LI 003: Quiet Cottages Fiberglass Cat Cages Mason's Quiet Cottages Fiberglass Cat Cages are composed of molded fiberglass creating a gentle radius for ease of cleaning, proper sanitation, and adequate side-by-side containment. Specifications include: manufactured of stainless steel support frame to maintain rigidity; manufactured from a single molded piece of fiberglass to eliminate accumulation of waste and debris; fiberglass enclosure shall be constructed of molded polyester fiberglass with solid surface composite 1/8  thick; units shall have a 1/4  high retention lip across the front edge of the floor area; each unit shall have a 1/4  polypropylene top panel; door shall be constructed of 304 stainless steel wire; perimeter and horizontal wires to be 5/16  diameter with 8 7/8  spacing between wires; vertical wire to be 3/16  diameter with 1  spacing between wires; all wires shall be welded at each juncture; the latch shall secure automatically when gate is closed and shall be designed to accept a padlock; door latch components to be 14 gauge (.075 ) stainless steel and shall secure the door at two points; door latch shall be on right side; it shall be designed to accept a padlock; unit support frame shall consist of 1  x 16 gauge (.060  wall) square 304A-554 welded stainless steel tubing with 180 grit polish; each corner of the frame shall be TIG welded; each frame will have 1/2-13 internal threaded nutserts as required. Casters shall be 4  x 15/16  polyolefin threaded stem swivel type; variable sizes and configurations within a single unit to accommodate any design needs; configuration will include two medium compartments (35 7/8" W, 30 1/4" H, 32 1/2" D) stacked vertically; total unit height will be 68 5/8" to account for casters; unit should be in color "Aurora" for soothing and aesthetic purposes; unit will be a single piece, pre-assembled, on casters for ease of immediate use. Quiet Cottages Fiberglass Cat Cages Model 4, 1, EA; LI 004: Shipping of Quiet Cottages Fiberglass Cat CagesShipping costs estimated through communications with Mason Company using manufacturer's location (Mason Company) in Leesburg, Ohio to installation location in Fort Irwin, California.Mason CompanyQuiet Cottages Fiberglass Cat Cages Model 4, 2, EA; LI 005: Quiet Cottages Fiberglass Cat Cages Mason's Quiet Cottages Fiberglass Cat Cages are composed of molded fiberglass creating a gentle radius for ease of cleaning, proper sanitation, and adequate side-by-side containment. Specifications include: manufactured of stainless steel support frame to maintain rigidity; manufactured from a single molded piece of fiberglass to eliminate accumulation of waste and debris; fiberglass enclosure shall be constructed of molded polyester fiberglass with solid surface composite 1/8  thick; units shall have a 1/4  high retention lip across the front edge of the floor area; each unit shall have a 1/4  polypropylene top panel; door shall be constructed of 304 stainless steel wire; perimeter and horizontal wires to be 5/16  diameter with 8 7/8  spacing between wires; vertical wire to be 3/16  diameter with 1  spacing between wires; all wires shall be welded at each juncture; the latch shall secure automatically when gate is closed and shall be designed to accept a padlock; door latch components to be 14 gauge (.075 ) stainless steel and shall secure the door at two points; door latch shall be on right side; it shall be designed to accept a padlock; unit support frame shall consist of 1  x 16 gauge (.060  wall) square 304A-554 welded stainless steel tubing with 180 grit polish; each corner of the frame shall be TIG welded; each frame will have 1/2-13 internal threaded nutserts as required. Casters shall be 4  x 15/16  polyolefin threaded stem swivel type; variable sizes and configurations within a single unit to accommodate any design needs; configuration will include two medium compartments (35 7/8" W, 30 1/4" H, 32 1/2" D) stacked vertically; total unit height will be 68 5/8" to account for casters; unit should be in color "Aurora" for soothing and aesthetic purposes; unit will be a single piece, pre-assembled, on casters for ease of immediate use. Quiet Cottages Fiberglass Cat Cages Model 4, 2, EA; LI 006: Shipping of Quiet Cottages Fiberglass Cat CagesShipping costs estimated through communications with Mason Company using manufacturer's location (Mason Company) in Leesburg, Ohio to installation location in Fort Irwin, California.quiet Cottages Fiberglass Cat Cages Model 5, 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 End User 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 End User 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 offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. 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, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program 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. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b10a357275ef57c81a8e16ae61b1196)
 
Place of Performance
Address: FORT IRWIN, CA 92310
Zip Code: 92310
 
Record
SN04672459-W 20170914/170912231622-2b10a357275ef57c81a8e16ae61b1196 (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.