Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
MODIFICATION

W -- OPTION - Tent 70' x 40' Leasing, Fort Buchanan, Puerto Rico

Notice Date
8/15/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
34 South Gate Road, Ft. Buchanan, PR 00934
 
ZIP Code
00934
 
Solicitation Number
W912C3-18-Q-012A
 
Response Due
8/17/2018
 
Archive Date
2/13/2019
 
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 W912C3-18-Q-012A 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 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 532299 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 2018-08-17 11:00:00.0 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: 08/28/2018 - 08/27/2019 LI 001: The requirement consists of providing a 70 FT X 40 FT heavy duty, waterproof, industrial tent system and a monthly rental service at Fort Buchanan, PR. Tent must provide a clearance of 15 FT minimum at its lowest height on the sides and 24 FT minimum as its lowest height at its center. This line item includes delivery, installation, maintenance, removal during a severe weather event (if any), re-installation after a severe weather event, and final removal (after contract expires). The contractor shall comply with all terms and conditions of this solicitation. The tent shall be installed and fully operation no later than August 28, 2018. The award will be made to the lowest offeror that can comply with the requested installation date. See purchase description attachment for further details. NOTE: there is an error in the FEDBID system regarding the appropriate NAICS Code. The correct NAICS Code should be 532289, All Other Consumer Goods Rental with a small business size standard of $7,500,000. However, the system is only showing up 532299. Therefore, offerors are advised that the correct NAICS Code is 532289., 12, Month; Option 1 Period of Performance: 08/28/2019 - 02/27/2020 LI 001: The requirement consists of providing a 70 FT X 40 FT heavy duty, waterproof, industrial tent system and a monthly rental service at Fort Buchanan, PR. Tent must provide a clearance of 15 FT minimum at its lowest height on the sides and 24 FT minimum as its lowest height at its center. This line item includes delivery, installation, maintenance, removal during a severe weather event (if any), re-installation after a severe weather event, and final removal (after contract expires). The contractor shall comply with all terms and conditions of this solicitation. The tent shall be installed and fully operation no later than August 28, 2018. The award will be made to the lowest offeror that can comply with the requested installation date. See purchase description attachment for further details. NOTE: there is an error in the FEDBID system regarding the appropriate NAICS Code. The correct NAICS Code should be 532289, All Other Consumer Goods Rental with a small business size standard of $7,500,000. However, the system is only showing up 532299. Therefore, offerors are advised that the correct NAICS Code is 532289., 6, Month; 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. 52.203-18 “ Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation, 52.204-7 -- System for Award Management, 52.204-8 -- Annual Representations and Certifications, 52.204-16 Commercial and Government Entity Code Reporting, 52.204-22 Alternative Line Item Proposal, 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. 52.217-5 Evaluation of Options. 52.252-1 -- Solicitation Provisions Incorporated by Reference. The full text of a FAR provision may be accessed electronically at http://farsite.hill.af.mil/. 52.203-19 “ Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards., 52.204-13 “ System for Award Management Maintenance, 52.204-18 Commercial and Government Entity Code Maintenance., 52.204-19 Incorporation by Reference of Representations and Certifications, 52.204-21 Basic Safeguarding of Covered Contractor Information Systems, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.212-4 -- Contract Terms and Conditions -- Commercial Items, 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post-Award Small Business Program Rerepresentation, 52.222-19 Child Labor---Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-25, Affirmative Action Compliance, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-4 Applicable Law for Breach of Contract Claim. 52.252-2 -- Clauses Incorporated by Reference. The full text of a FAR clause may be accessed electronically at http://farsite.hill.af.mil/. 252.201-7000 Contracting Officer's Representative, 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, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support, 252.225-7048, Export-Controlled Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Work Flow Payment Instructions, 252.232-7010 Levies on Contract Payments, 252.243-7001, Pricing of Contract Modifications, 252.247-7023, Transportation of Supplies by Sea. The full text of a DFAR clause may be accessed electronically at http://farsite.hill.af.mil/vmdfara.htm 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.204-7007 Alternate A, Annual Representations and Certifications, 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. The full text of a DFAR provision may be accessed electronically at http://farsite.hill.af.mil/vmdfara.htm Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at www.sam.gov. You must be registered in the System for Award Management (SAM) in order to be awarded a department of defense contract. Ensure your certifications are completed in this certification and in your SAM registration. All Representations and Certifications must include: Duns and Bradstreet (DUNS) number, Cage Code and Tax Identification Number (TIN). 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 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. 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. The award will be made to the lowest offeror that can comply with the requested installation date. "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" As part of price evaluation, the government will evaluate its option to extend services (see FAR clause 52.217-8) by adding another six month period to the bidder ™s total price. Thus, the bidder ™s total price for the purpose of evaluation will include the base period, first option period, second option period, third option period, fourth option period and a six month period using the price, the bidder incorporated for the Fourth Option period exercised in accordance with FAR 52.217-9.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b52d9abd7e7b639bdc0734134f67fc80)
 
Place of Performance
Address: Fort Buchanan, PR 00934
Zip Code: 00934
 
Record
SN05039352-W 20180817/180815231614-b52d9abd7e7b639bdc0734134f67fc80 (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.