Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

R -- OPTION - STRAY ANIMAL CONTROL SUPPORT SERVICES

Notice Date
4/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Mission and Installation Contracting Command-Fort Benning, Fort Benning, GA 31909
 
ZIP Code
31909
 
Solicitation Number
W911SF-18-B-0003_01
 
Response Due
5/24/2018
 
Archive Date
11/20/2018
 
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
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 W911SF-18-B-0003_01 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 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 812910 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 2018-05-24 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Benning, GA 31909 The MICC Fort Benning requires the following items, Meet or Exceed, to the following: Base Period of Performance: 06/01/2018 - 12/31/2018 LI 001: Animal Control Services - Base Year FFP Animal Control Services in accordance with the Performance Work Statement.Period of Performance: 1 June 2018 through 31 Dec 2018. Invoice will fluctuate based on the number of animals picked up per month. FOB: Destination PSC CD: R416, 280, EA; LI 002: Maintenance - Base Year FFP Performance: 1 June 2018 through 31 Dec 2018. CLIN will be used for the invoicing of services such as cleaning the cages to include cleaning products and personnel,food and water supply for animals kept over the weekend as services are provided seven days a week. FOB: Destination PSC CD: R416, 7, Months; LI 003: Contractor Manpower Reporting - Base Yea FFP Contractor Manpower Data - See section 5.2 of the Performance Work Statement (PWS). Period of Performance: 1 June 2018 through 31 Dec 2018 FOB: Destination PSC CD: R416, 1, EA; Option 1 Period of Performance: 01/01/2019 - 12/31/2019 LI 001: Animal Control Services - Option Year 1 FFP Animal Control Services in accordance with the Performance Work Statement(PWS). Period of Performance: 1 Jan 2019 through 31 Dec 2019. Invoice will fluctuate based on the number of animals picked up per month. FOB: Destination PSC CD: R416, 500, EA; LI 002: Maintenance - Option Year 1 FFP Services provided for weekend maintenance in accordance with the Performance Work Statement (PWS). Period of Performance:1 Jan 2019 through 31 Dec 2019.CLIN will be used for the invoicing of services such as cleaning the cages to nclude cleaning products, personnel, food and water supply for animals kept overthe weekend as services are provided seven days a week. FOB: Destination PSC CD: R416, 12, Months; LI 003: Contractor Manpower Report-Option Year I FFP Contractor Manpower Data - See section 5.2 of the Performance Work Statement (PWS). Period of Performance:1 Jan 2019 through 31 Dec 2019 FOB: Destination PSC CD: R416, 1, EA; Option 2 Period of Performance: 01/01/2020 - 12/31/2020 LI 001: Animal Control Services-Option Year 2 FFP Animal Control Services in accordance with the Performance Work Statement(PWS). Period of Performance: 1 Jan 2020 through 31 Dec 2020 Invoice will fluctuate based on the number of animals picked up per month. FOB: Destination PSC CD: R416, 500, EA; LI 002: Maintenance - Option Year 2 FFP Services provided for weekend maintenance in accordance with the Performance Work Statement (PWS). Period of Performance: 1 Jan 2020 through 31 Dec 2020.CLIN will be used for the invoicing of services such as cleaning the cages to nclude cleaning products, personnel, food and water supply for animals kept over the weekend as services are provided seven days a week. FOB: Destination PSC CD: R416, 12, Months; LI 003: Contractor Manpower Report-Option Year 2 FFP Contractor Manpower Data - See section 5.2 of the Performance Work Statement (PWS). Period of Performance: 1 Jan 2020 through 31 Dec 2020 FOB: Destination PSC CD: R416, 1, EA; Option 3 Period of Performance: 01/01/2021 - 12/31/2021 LI 001: Animal Control Services- Option Year 3 FFP Animal Control Services in accordance with the Performance Work Statement (PWS). Period of Performance:1 Jan 2021 through 31 Dec 2021 Invoice will fluctuate based on the number of animals picked up per month. FOB: Destination PSC CD: R416, 500, EA; LI 002: Maintenance- Option Year 3 FFP Animal Control Services in accordance with the Performance Work Statement (PWS). Period of Performance:1 Jan 2021 through 31 Dec 2021 Invoice will fluctuate based on the number of animals picked up per month. FOB: Destination PSC CD: R416, 12, Months; LI 003: Contractor Manpower Report-Option Year 3 FFP Contractor Manpower Data - See section 5.2 of the Performance Work Statement (PWS). Period of Performance:1 Jan 2021 through 31 Dec 2021 FOB: Destination PSC CD: R416, 1, EA; Option 4 Period of Performance: 01/01/2021 - 12/31/2022 LI 001: Animal Control Services- Option Year 4 FFP Animal Control Services in accordance with the Performance Work Statement (PWS). Period of Performance: 1 Jan 2022 through 31 Dec 2022. Invoice will fluctuate based on the number of animals picked up per month. FOB: Destination PSC CD: R416, 500, EA; LI 002: Maintenance-Option Year 4 FFP Services provided for weekend maintenance in accordance with PWS. Period of Performance:1 Jan 2022 through 31 Dec 2022. CLIN will be used for the invoiceing of services such as cleaning the cages to include cleaning products and personnel, food and water supply for animals kept over the weekend as services are provided seven days a week. FOB: Destination PSC CD: R416, 12, Months; LI 003: Contractor Manpower Report-Option Year 4 FFP Contractor Manpower Data - See section 5.2 of the Performance Work Statement (PWS). Period of Performance: 1 Jan 2022 through 31 Dec 2022 FOB: Destination PSC CD: R416, 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 Benning 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 Benning 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 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 aquisition. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.209-5, Certification Regarding Responsibility Matters and 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: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration. 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: 252.225-7001, 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 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. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be valid for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order Payment terms shall be net 30 unless otherwise agreed to by MICC Fort Benning. 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 Central Contractor Registration site at http://www.ccr.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 Submission of Offers in the English Language The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, considering price alone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fb8417d77d110e76a86dd71dc481eb10)
 
Place of Performance
Address: Fort Benning, GA 31909
Zip Code: 31909
 
Record
SN04901116-W 20180427/180425231006-fb8417d77d110e76a86dd71dc481eb10 (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.