Federal Bid

Last Updated on 22 Dec 2008 at 9 AM
Combined Synopsis/Solicitation
Bellflower California

G--14 BDE BELLFLOWER HS JCLC MEALS,LODGING, & FACILITY

Solicitation ID W900NB8149J141
Posted Date 27 Jun 2008 at 11 AM
Archive Date 22 Dec 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Bellflower California United states 90706
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W900NB8149J141 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 FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 721214 with a small business size standard of $6M. 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 2008-06-25 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Bellflower, CA , CA 90706

The USA ACA Fort Eustis requires the following items, Meet or Exceed, to the following:
LI 001, MEALS - BREAKFASTPROVIDE 170 CADETS AND CADRE BREAKFAST DURING JCLC 10-16 AUG 2008, 170, EA;
LI 002, MEALS - LUNCHPROVIDE 170 CADETS AND CADRE LUNCH DURING JCLC, 170, EA;
LI 003, MEALS DINNERPROVIDE 170 CADETS AND CADRE DINNER DURING JCLC, 170, EA;
LI 004, LODGING/FACILITY USAGETO PROVIDE LODGING AND FACILITY USAGE FOR CADETS AND CADRE DURING JCLC 10-16 AUG 2008, 170, EA;

For this solicitation, USA ACA Fort Eustis 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. USA ACA Fort Eustis 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 [email protected]. 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 [email protected]. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.

In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to [email protected] (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation.

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. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.

The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.

Delivery shall be made within 30 days or less after receipt of order (ARO).

CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.

Bid Protests Not Available

Similar Past Bids

Bradenton beach Florida 24 Apr 2024 at 5 PM
Bradenton beach Florida 16 Apr 2024 at 6 PM
Devens Massachusetts 19 Apr 2024 at 7 PM
Devens Massachusetts 23 Apr 2024 at 8 PM
Devens Massachusetts 29 Apr 2024 at 1 PM

Similar Opportunities

Pittsburgh Pennsylvania 15 Jul 2025 at 4 AM (estimated)
Marseilles Illinois 15 Jul 2025 at 4 AM (estimated)
Mississippi state Mississippi 15 Jul 2025 at 4 AM (estimated)
Washington 30 Jul 2025 at 4 AM
Washington 28 Jul 2025 at 4 AM