Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
MODIFICATION

G -- EAP Counseling Services

Notice Date
8/27/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
300 Hwy 361, Crane, IN 47522
 
ZIP Code
47522
 
Solicitation Number
W53W9LCRANEEAP
 
Response Due
8/30/2012
 
Archive Date
2/26/2013
 
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
CANCELLATION NOTICE:Bids are being solicited under solicitation number W53W9LCRANEEAP. 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. 389156_02. 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 2012-08-30 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The ACC RI IS - Crane Army Ammo Activity requires the following items, Meet or Exceed, to the following: LI 001, Contractor shall provide a written proposal to meet the scope of work addressed and as required by the PWS attached. The period of performance is 1 Oct 2012- 30 Sep 2013. This scope of work is in support of the Crane Army Ammunition Activity, Crane, In., 12, MO; 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, ACC RI IS - Crane Army Ammo Activity 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. ACC RI IS - Crane Army Ammo Activity 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. 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. It is also required any contractor doing business with the government under contract be registered in ORCA, website url below: https://orca.bpn.gov/ Sellers must read and comply with all specifications, shipping information, and terms outlined in the attachments. BIDS are to be submitted on the FedBid ONLY or they will not be accepted. This RFQ provides for payment terms in accordance with Wide Area Workflow (WAWF). Contractor is responsible for uploading its monthly invoice into WAWF and coordinating with the COR for promptness. The Government contemplates (12) monthly payments for EAP services rendered as a result of an award. This is a RFQ which is meant to satisfy and address short term counseling for the period of performance as stated above, for the Crane Army Ammunition Activity (CAAA) personnel, Crane, IN. The contractor is asked to provide its best proposal under its GSA schedule, addressing each of the topic areas within this scope of work. The contractor is directed to completely read Section 1 and 2 of the PWS/SOW attached herein. The government will provide its evaulation based upon how effectively the RFQ proposal addresseses its technical ability and understanding of the performance of work rquirements, including but not limited to its professional qualifications outlined in Section 2 of this Scope of Work attached. The contractor is required therefore required to address and provide its plan of action which clearly explains its proposed execution of work in accordance with the SOW as stated. The Government will make its evaluation based the lowest priced, technically acceptable proposal under this RFQ. Any questions may be addressed in writing to the contracting officer herein, rachel.eaggleston@us.army.mil. All commerical clauses are considered to be incorporated via its GSA schedule. In the event of an open market proposal, all applicable commerical clauses IAW FAR 12 will be incorporated into this work request. The Government reserves the right to incorporate minimum clauses that effect the protection of intallation property, security and mandatory clauses in effect at the time of award. This is a Defense Priority allocation requirement, required by DA. This contract/delivery order type is firm fixed price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/29ae22f583cf60e2525d6a35168c3783)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02856241-W 20120829/120827235650-29ae22f583cf60e2525d6a35168c3783 (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.