MODIFICATION
76 -- Disaster Prepareness Pocket Guide
- Notice Date
- 8/26/2016
- Notice Type
- Modification/Amendment
- Contracting Office
- North 4th Street, JBLM, WA 98433
- ZIP Code
- 98433
- Solicitation Number
- 16-Q-6843
- Response Due
- 8/24/2016
- Archive Date
- 2/20/2017
- Point of Contact
- Name: John Miller, Title: Contract Specilist, Phone: 2539663475, Fax:
- E-Mail Address
-
john.e.miller.civ@mail.mil;
- Small Business Set-Aside
- Total Small Business
- Description
- CANCELLATION NOTICE:Bids are being solicited under solicitation number 16-Q-6843. 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. 815860. 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 2016-08-24 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Joint Base Lewis-McChord, WA 98348 The MICC Joint Base Lewis McChord requires the following items, Meet or Exceed, to the following: LI 001: Disaster Preparedness Pocket Guide Edition Meets or Exceeds to ISBN: 978-1-937099-78-7, FORMAT 72-00 Please see additional salient characteristic attached FOB: Destination, 5000, 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 Joint Base Lewis McChord 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. MICC Joint Base Lewis McChord 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. The contractor shall not hire any individual to perform work on Joint Base Lewis-McChord or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Joint Base Lewis-McChord or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. New equipment/parts only. No remanufactured products. The contract price includes all applicable Federal, state, and local taxes and duties. The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) whom to notify if the supplies are found to be defective. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on JBLM without prior approval of the Contracting Officer. In accordance with FAR 19.102(b), the small business size standard is applied by classifying the product or service being acquired in the industry whose definition, as found NAICS Manual, bestdescribes the principal nature of the product or service being acquired. The NAICS code selected for this acquisition is (511130,BOOK PUBLISHERS) with anapplicable small business size standard of (500 Employees). The Contracting Officer (KO) at Mission and Installation Contracting Command, Joint Base Lewis-McChord is the only person authorized to approve changes or modify any of the requirements under this solicitation, and notwithstanding anything contained elsewhere in this solicitation, the said authority remains solely with the KO. In the event the Contractor or contractor employee effects any such change at the direction of any person other than the KO, the change will be considered to have been without authority, and no adjustment will be made in the price of any subsequently awarded contract under the Changes clause or any other clause to cover any increase in costs incurred as a result thereof. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Quotes will be evaluated based on price and technical acceptability. Quoter/Offeror certifies that the product quoted meets or exceeds all minimum requirements as stated in the Request for Quotes. 52.204-13 System for Award Management Maintenance JUL 2013 52.212-4 Contract Terms andConditions--Commercial Items MAY 2015 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.233-4 Applicable Law forBreach of Contract Claim OCT 2004 52.247-34 F.O.B. Destination NOV 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7012 Safeguarding Covered DefenseInformation and Cyber Incident Reporting. DEC 2015 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow PaymentInstructions MAY 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991252.246-7000 Material Inspection And Receiving Report MAR 2008 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAR 2016) (a) The Contractor shall comply with thefollowing Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contractby reference, to implement provisions of law or Executive orders applicable to acquisitions ofcommercial items: _XXX__ (4) 52.204-10, Reporting Executive Compensation and First-TierSubcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). _XXX___ (25) 52.222-3,Convict Labor (June 2003) (E.O. 11755). _XXX___(26) 52.222-19, Child Labor--Cooperation withuthorities and Remedies (FEB 2016) (E.O. 13126). _XXX___ (27) 52.222-21, Prohibition ofSegregated Facilities (Apr 2015). _XXX___ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O.11246). _XXX___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _XXX___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C.793). _XXX___ (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)._XXX___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act(Dec 2010) (E.O. 13496). _XXX___ (33)(i) 52.222-50, Combating Trafficking in Persons (March 2,2015) (22 U.S.C. chapter 78 and E.O. 13627). _XXX___ (40) 52.223-18, Encouraging ContractorPolicies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). _XXX___ (41) 52.225-1,Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _XXX___ (50) 52.232-33, Payment byElectronic Funds Transfer?System for Award Management (July 2013) (31 U.S.C. 3332). Enclosure - SOLICITATION PROVISIONS FAR and DFARS Provisions Incorporated by Reference52.204-7 System for Award Management July 2013 52.212-1 Instructions to Offerors ?Commercial Items October 2015 52.212-3 Offeror Representations and Certification ? March2016 252.239-7017 Notice of Supply Chain Risk November 2013 (End of provision) 52.252-1Solicitation Provisions Incorporated by Reference February 1998 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they weregiven in full text. Upon request, the Contracting Officer will make their full text available. Theofferor is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of thoseprovisions, the offeror may identify the provision by paragraph identifier and provide theappropriate information with its quotation or offer. Also, the full text of a solicitation provisionmay be accessed electronically at this/these address(es): ://farsite.hill.af.mil/farsites.htmlhttp://www.acquisition.gov/far/ (End of provision) EMPLOYMENT OF ALIENS The contractor shall not hire any individual to perform work on JointBase Lewis-McChord or any other Government installation under this contract unless suchindividual is a citizen of the United States or is lawfully admitted into the United States andauthorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFRPart 274a, and any other laws and regulations pertaining to the employment of aliens. Thecontractor shall, upon request by the Contracting Officer, present documentary evidenceacceptable to the Contracting Officer that the employee(s) named or identified in the request isa citizen of the United States or is lawfully admitted into the United States and authorized towork in the United States. Such documentation shall be presented to the Contracting Officerwithin three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shallnot allow the affected employee(s) to perform work on Fort Joint Base Lewis-McChord or anyther Government installation under this contract until after such acceptable documentaryevidence is presented to the Contracting Officer. Removal of any employee(s) from performanceof work pursuant to this provision shall not relieve the contractor of the responsibility toperform all work under this contract in a timely manner. (End of Term) SUPPLY ITEMS Newequipment/parts only. No remanufactured products. (End of Term) CONTRACT PRICE ?TAXES The contract price includes all applicable Federal, state, and local taxes and duties. (Endof Term)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9e88689ebf986340ee8955a86ae2a2a6)
- Place of Performance
- Address: Joint Base Lewis-McChord, WA 98348
- Zip Code: 98348
- Zip Code: 98348
- Record
- SN04243431-W 20160828/160826235147-9e88689ebf986340ee8955a86ae2a2a6 (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 |