The RFP Database
New business relationships start here

Life Support


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 W91247-18-Q-GG41 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 2005-97. The associated North American Industrial Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $32.50M. This requirement is unrestricted 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 2018-04-27 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Special Shipping Instructions.The MICC Fort Bragg requires the following items, Meet or Exceed, to the following: LI 001: Tents must be able to sleep 100pax per tent with cots., 3, EA;LI 002: Portable Light Sets. Please see PWS, 16, 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 Fort Bragg 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 Bragg 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.The applicable NAICS code for this procurement is _______ with the related size standard of _______ employees. The NAICS code identified herein must appear in FAR 52.212-3 "Offeror Representations and Certifications" in SAM and the vendor must be actively registered in that NAICS Prior to Award to be considered for any resulting contract. Failure to be properly registered at the time and date of award may render the quote nonresponsive.Will be based on lowest price technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price.The selected Offeror must comply with the following commercial item terms and conditions. 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 (DEC 2012). FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.202-1, 52.212-3, 52.204-7, 52.204-9, 52.212-4, 52.223-11, 52.225-13, 52.232-23, 52.233-1, 52.223-18, 52.237-2, 252.201-7000, 252.203-7002, 252.204.7008, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far.The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: The following FAR clauses in 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (MAY 2012), will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-34, 52.233-3, 52.233-4, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.225-1, 52.232-33, 52.203-13, 52.222-40, 52.222-41, 52.222-51, 52.222-53, 52.222-54, 52.226-6. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far.The following DFARS clauses are applicable under DFAS 252.212-7001: 52.203-3, Gratuities (APR 1984), 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2011); 252.246-70000 Material Inspection and receiving Report, Alternate I (OCT 2011) of 252.225-7001, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far.Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM.New equipment ONLY, NO remanufactured or used products. No "GREY" market items.Bid MUST be good for 30 calendar days after submissionShipping 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.No partial shipments unless otherwise specified at time of orderIn accordance with DFARS 252.232-7003, bElectronic Submission of Payment Requests and Receiving Reportsb, 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 Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under babout WAWFb. 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.MILSOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far.This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hil.af.mil and/or http://www.acqnet.gov/far.The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Technical Capability:

TECHNICAL CAPABILITY:
The Government will review the contractor's technical capability submission to ensure:
1) The proposal reflects a sound approach and understanding of this requirement and the contractor has the technical ability to successfully perform the requirement.
2) The quoted property meets all the requirements of the SOW to include the security measures. For purposes of determining that the property has appropriate security for soldiers, the Contracting Officer will review reported incidents of crime at the quoted property and surrounding premises with local police department to ensure the hotel security measures are appropriate to the area and provide a safe environment for Soldiers.
The Contracting Officer may search outside websites (https://www.tripadvisor.com/, http://www.bedbugregistry.com/, etc.) to obtain information regarding the quoted property to ensure compliance with the SOW requirements.
PRICE:
The Government intends to award this procurement based on a determination of a fair and reasonable price.(a) If an item in this solicitation is identified as bbbrand name or equal,bb the purchase description reflects the characteristics and level of quality that will satisfy the Governmentbs needs. The salient physical, functional, or performance characteristics that bbequalbb products must meet are specified in the solicitation. (b) To be considered for award, offers of bbequalbb products, including bbequalbb products of the brand name manufacturer, mustb (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item byb (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate bbequalbb products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an bbequalbb product, the offeror shall provide the brand name product referenced in the solicitation.The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, bInsurance--Work on a Government Installation.b
Workmenbs Compensation and         Amount required by the State in which this Occupational Disease Insurance     contract is performed
KIND:                AMOUNT:
Employerbs Liability Insurance        $100,000
Comprehensive General Liability        $50,000 per occurrence
Insurance for Bodily Injury        

Comprehensive Automobile Liability        $200,000 per person
$500,000 per occurrence for Bodily Injury
and for Property Damage            $20,000 per occurrence(a) Pursuant to Department of Defense Instruction Number 2000.16, bDoD Antiterrorism (AT) Standards,b dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officerbs Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause)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

If internet access is not available, contact the contracting officer or HQ,
AMC to obtain the HQ AMC-Level Protest Procedures.
(End of Clause)Addendum to 52.212-1 - Instructions to Offerors: This is not a solicitation for Event Planning Services. For a proposal submitted by an offeror other than a hotel, the offeror must describe in its proposal the technical approach for the offeror's services as a prime contractor. All proposal submitted by an offeror other than a hotel shall provide the following: (1) Valid General Liability Insurance Certificate. (2) Hotel agreement verified, and countersigned by both parties and the authorized agent of the participating hotel , (FOR EX, hotel letterhead). (Again, this is not a solicitation for Event Planning Services. An offer which requires the Government to execute a separate agreement with a third party hotel shall be deemed technically unacceptable).

All Offerors shall submit photographs of the actual quoted property taken within one week of posting the Fedbid Buy.PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN
INTERNAL CONFIDENTIALITY AGREEMENTSbREPRESENTATION
(DEVIATION 2016-O0003)(OCT 2015) a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016
(Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY
2016 funds the same restrictions as are contained in section 743 of division E, title
VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L.
113-235), none of the funds appropriated (or otherwise made available) by this or
any other Act may be used for a contract with an entity that requires employees or
subcontractors of such entity seeking to report fraud, waste, or abuse to sign
internal confidentiality agreements or statements prohibiting or otherwise
restricting such employees or contactors from lawfully reporting such waste, fraud,
or abuse to a designated investigative or law enforcement representative of a
Federal department or agency authorized to receive such information.
(b) The prohibition in paragraph (a) of this provision does not contravene
requirements applicable to Standard Form 312, Form 4414, or any other form
issued by a Federal department or agency governing the nondisclosure of classified
information.
(c) Representation. By submission of its offer, the Offeror represents that it does
not require employees or subcontractors of such entity seeking to report fraud,
waste, or abuse to sign or comply with internal confidentiality agreements or
statements prohibiting or otherwise restricting such employees or contactors from
lawfully reporting such waste, fraud, or abuse to a designated investigative or law
enforcement representative of a Federal department or agency authorized to receive
such information.PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE
CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS
(DEVIATION 2016-O0003)(OCT 2015) (a) The Contractor shall not require employees or subcontractors seeking to
report fraud, waste, or abuse to sign or comply with internal confidentiality
agreements or statements prohibiting or otherwise restricting such employees or
contactors from lawfully reporting such waste, fraud, or abuse to a designated
investigative or law enforcement representative of a Federal department or agency
authorized to receive such information.
(b) The Contractor shall notify employees that the prohibitions and restrictions
of any internal confidentiality agreements covered by this clause are no longer in
effect.
(c) The prohibition in paragraph (a) of this clause does not contravene
requirements applicable to Standard Form 312, Form 4414, or any other form
issued by a Federal department or agency governing the nondisclosure of classified
information.
(d)(1) Use of funds appropriated (or otherwise made available) by the
Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016
appropriations act that extends to FY 2016 funds the same prohibitions as
contained in sections 743 of division E, title VII, of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L. 113-235) may be prohibited, if the
Government determines that the Contractor is not in compliance with the
provisions of this clause.
(2) The Government may seek any available remedies in the event the
Contractor fails to perform in accordance with the terms and conditions of the
contract as a result of Government action under this clause.

Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: Clientservices@fedbid.com;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP