SOLICITATION NOTICE
78 -- Nike Sparq Sensory Station - Ft. Campbell, KY
- Notice Date
- 9/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124812B0005
- Response Due
- 9/17/2012
- Archive Date
- 11/16/2012
- Point of Contact
- SaLonda M. Ozier, 270-461-1902
- E-Mail Address
-
MICC - Fort Campbell
(salonda.m.ozier.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Solicitation Number W91248-12-B-0005 is issued as an Invitation for Bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, dated 27 August 2012. This acquisition is unrestricted NAICS is 339920; small business size is 500 employees. Description of Items Requested: The contractor is responsible for providing three (3) Nike Sparq Sensory Stations. Sealed Bids consisting of Bid Schedule is due not later than 17 September 2012, 2:00 PM CDT (NOTE: Facsimile and Emailed Bids are ACCEPTABLE). A public bid opening will be held on the opening date. Bidders shall indicate the solicitation number and bidders name and address on the outside of their sealed bid. All responsible bidders may submit a bid that will be considered by this agency. The following provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012); is applicable and is tailored as follows: Paragraphs (d), (e), (g), (h), (i), (k), and (l) are deleted. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.arnet.gov/far) (Feb 1998); 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008); 52.209-5 Certification Regarding Responsibility Matters (Apr 2010); 52.214-3, Amendments to Invitations for Bids (Dec 1989); 52.214-4, False Statements in Bids (Apr 1984); 52.214-5 Submission of Bids (Mar 1997); 52.214-6; Explanation to Prospective Bidders (Apr 1984). 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids (Nov 1999); 52.214-31, Facsimile Bids (Dec 1989). 52.212-2, Evaluation-Commercial Items (Jan 1999); this contract provision is hereby tailored to substitute the following provision 52.214-10, Contract Award-Sealed Bidding (July 1990). Bidders are required to include a copy of 52.212-3, Offerors Representations and Certifications-Commercial Items (Apr 2012) and 252.212-7000, Offerors Representations and Certification-Commercial Items (Jun 2005) with its bid. Contract Clause 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) and applies to this solicitation and is addended to delete paragraph (t) Central Contractor Registration (CCR) and replace with 52.204-99 (Dev) (Aug 2012). Contract Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2012) and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) applies to this requirement. The following contract clauses within the above two contract clauses are applicable: 52.222-50 Combating Trafficking in Persons (Feb 2009); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.219-8 Utilization of Small Business Concerns (Jan 2011); 52.219-14 Limitations on Subcontracting (Nov 2011); 52.219-28, Post Award Small Business Program Representation (Apr 2012); 52.222-3 Convict Labor (Jun 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999). 52.203-3 Gratuities (Apr 1984); 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.205-7000 Provision of Information to Cooperative Agreement Holders (Nov 2004); 252.225-7036, Buy American Act-Free Trade Agreements - Balance of Payment Program (Jun 2012); 252.225-7012 Preference for Certain Domestic Commodities (Jun 2012); 252.232-7003 Electronic Submission of Payment Requests (Jun 2012); 252.243-7002 Requests for Equitable Adjustment (Mar 1998); 252.247-7023 Transportation of Supplies by Sea (May 2002) and 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000). Other contract clauses and provisions applicable to this solicitation/contract are 5152.209-4000, DOD Level I Antiterrorism (AT) Standards (Feb 2009); 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting (Aug 1999); 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Aug 1999) and 252.209-7002, Disclosure of Ownership or Control by a Foreign Government (Jun 2010). 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006); 52.252-2 Clauses Incorporated by Reference (Fill-in information - www.arnet.gov/far) (Feb 1998); 5151.233-4000 HQ AMC - Level Protest Program (Nov 2008) -this clause is in full text below. The successful offeror must be registered in SAM (System for Award Management Registration)). SAM website is https://www.sam.gov. The Government intends to award to that responsive, responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price and other price related factors. Therefore, bidders shall complete pricing information for all line items listed on the bid schedule so that price can be evaluated fairly. Failure to complete all pricing may result in bidder being rejected for nonresponsiveness. Prior to contract award, bidders may be required to submit information as to their ability to meet the requirement of the contract as outlined in FAR Part 9. Such information may include providing information concerning financial resources, information showing the ability to comply with delivery or performance schedules, and information showing a satisfactory performance record Mailing address is: Directorate of Contracting, Building 2172, 13 Street, Fort Campbell, Kentucky, 42223-5334; facsimile number is 270-798-7548 and email address is salonda.m.ozier.civ@mail.mil. All contractors must be registered in the Department of Defense Contractor Registration (SAM) database prior to any contract award. Any questions concerning this acquisition can be directed to SaLonda M. Ozier, (270) 461-1902 email: salonda.m.ozier.civ@mail.mil or Angela Jacobs (270) 798- 7815; angela.d.jacobs.civ@mail.mil 5151.233-4000 HQ AMC - Level Protest Program (Nov 2008): 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, 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 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 33.10. If you want to file a protest under the 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. HQ Army Material Command Office of Command Counsel 9301 Chapel Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a4a3e0be396838a335458b5592fe132e)
- Place of Performance
- Address: MICC - Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
- Zip Code: 42223-1100
- Zip Code: 42223-1100
- Record
- SN02872500-W 20120909/120908000452-a4a3e0be396838a335458b5592fe132e (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 |