Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2012 FBO #3896
MODIFICATION

J -- Access Control System (Proximity Card System)

Notice Date
7/23/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
Directorate of Contracting, Attn: SFCA-NR-WP-CSDIV, West Point, NY 10996
 
ZIP Code
10996
 
Solicitation Number
0010137162
 
Response Due
6/7/2012
 
Archive Date
12/4/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number 0010137162. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 348935. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-06-07 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be West Point, NY 10996 The MCC Eustis - ICO West Point requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, Contractor to provide and install a proximity card, badge reading system on 8 doors in the Surgical Suite Area at Keller Army Community Hospital, West Point, NY per the attached Statement of Work. System must be interfaced with the existing GE "Facility Commander" system installed in the rest of the hospital. Work to also include service calls for any non-functioning or semi-functioning readers or door locks for a period of 1 year after acceptance of the system. Contractor shall also provide a minimum of two (2) semi-annual Preventive Maintenance Inspections of the entire system installed under this contract. See the attached STATEMENT OF WORK for additional information., 1, Each; LI 002, CONTRACTOR MANPOWER REPORTING See paragraph titled CONTRACTOR MANPOWER REPORTING. FSC J063; Unit Identification Code (UIC) W2H8AA, 1, Each; 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, MCC Eustis - ICO West Point 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MCC Eustis - ICO West Point is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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. Bid MUST be good for 30 calendar days after close of Buy. A Site Visit is scheduled for 31 May 2012, at 10:00 AM. Interested vendors should contact Kevin Niebuhr at 845-938-4763 or Kevin.M.Niebuhr@us.army.mil to identify their intent to attend the site visit to include the number of of people and names who would be attending. All individuals attending the site visit shall meet in the main lobby of the Keller Army Community Hospital, 900 Washington Road, West Point, NY prior to the 10:00 AM time. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The Contractor Manpower Reporting Application (CMRA) is a business process that has been approved by the Secretary of the Army as the means for collecting information on contracts that provide services to the Department of the Army. The contractor is required to completely fill in all required contractor information directly to the CMRA website: https://cmra.army.mil The information to be collected includes, by contract, delivery order/task order number, the funding source and related financial data, organization receiving the services, mission/function performed, and labor hours and costs by Government Fiscal Year (1 October through 30 September). CMRA will enable the Army to (i) fully understand the composition of the Army workforce - military, civilian, and contractor, and allow for more informed workforce staffing and funding decisions; (ii) provide better oversight of our workforce, avoid duplication of effort, or shifting of in-house reductions to contract; and (iii) better account for and explain our total Army workforce. Data must be entered into the CMRA Application at any time during the contract?s period of performance (POP). Data must be accurate and complete, and entered into the CMRA by Government Fiscal Year (FY), 1 October through 30 September, for each FY that falls within the POP. For delivery order/task order type contracts, each separate delivery/task order is recorded. Information must be entered into CMRA NLT than 31 October of each fiscal year being serviced in the contract. (a) Definitions. As used in this clause? (1) ?Contract financing payment? and ?invoice payment? have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) ?Electronic form? means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) ?Payment request? means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when? (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer?s determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) The contractor shall not employ any alien who does not have a valid US Immigration I-551 or I-94. The contractor shall provide valid social security numbers and citizenship status of all employees to the Government, upon request. This clause is hereby incorporated by reference. (Note: See the attached Wage Decision) This clause is hereby incorporated by reference. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6b4d9e75cd6368fd284b139716384282)
 
Place of Performance
Address: West Point, NY 10996
Zip Code: 10996
 
Record
SN02811637-W 20120725/120723235135-6b4d9e75cd6368fd284b139716384282 (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.