Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

J -- MAINTENANCE OF AUTOMATIC AND OVERHEAD DOORS

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch, 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-06-T-0038
 
Response Due
7/10/2006
 
Archive Date
7/25/2006
 
Point of Contact
Charita Branscomb, Contract Specialist, Phone 804-734-8468, Fax 804-734-8669,
 
E-Mail Address
charita.branscomb@deca.mil
 
Small Business Set-Aside
Total Small Business
 
Description
A) This is a combined synopsis and solicitation for commercial items (services) 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. B) The solicitation number for this procurement is HDEC05- 06 -T- 0038 and is issued as a Request for Quotation (RFQ). C) This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-08, DFARS Change Notice 2006-06-23, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes, the Standard Industrial Classification Code is 7699. The North American Industry Classification System is 811310. The small business size standard is $6.5 million. This solicitation is 100% Set-Aside for Small Business. E) The door maintenance services to be provided shall be for the following commissary: Maxwell AFB: 335 South Kelly Street, Maxwell AFB, AL 36112-6519; POC: Glory Wright (334) 953-7148 ext#2400 glory.wright@deca.mil Automatic Doors (Qty 9, Make: Dorma, Model # Unknown) Contract Line Item Numbers (CLINS) ? Provide pricing in the following format SCHEDULED PREVENTIVE MAINTENANCE Base Period: 1ST QUARTER: 01 AUG 06 - 31 OCT 06 $________________ 2ND QUARTER: 01 NOV 06 - 31 JAN 07 $________________ 3RD QUARTER: 01 FEB 07 - 30 APR 07 $________________ 4TH QUARTER: 01 MAY 07 - 31 JUL 07 $________________ First Option Period: 01 AUG 07 ? 31 JUL 08 Second Option Period: 01 AUG 08 - 31 JUL 09 Third Option Period: 01 AUG 09 - 31 JUL 10 Fourth Option Period: 01 AUG 10 - 31 JUL 11 SERVICE CALLS HOURLY RATE: $____________ X 30 HRS= $__________ (A) (8:00 am. - 5:00 pm, MONDAY THRU FRIDAY.) AFTER HOURS: $____________ X 10 HRS= $__________ (B) (Other than normal duty hours, to include holidays) TRIP CHARGE (ROUND TRIP): $_______X 20 TRIPS=$___________(C) (Round Trip from Contractor?s Business to commissary and return) TOTAL OF LINES (A) + (B) +(C) ____________________________________ The above hours and trips are estimated amounts for evaluation purposes only and are not to be construed as guaranteed quantities or actual number of hours/trips. The Government will insert a Not To Exceed (NTE) amount for Unscheduled Service) PROVIDE QUOTE FOR BASE YEAR AND ALL OPTION PERIODS REPAIR PARTS NOTE: It is not necessary for offerors to estimate an amount for repair parts. The Government will insert a "NOT TO EXCEED" amount of $3,000.00 at the time of award. This amount will be multiplied by the offeror?s proposed burden on parts for evaluation purposes only. Part shall be invoiced at cost plus the percentage of burden shown below: BURDEN ON PARTS (ABOVE ACTUAL COSTS): ________________% PROVIDE QUOTE FOR BASE YEAR AND ALL OPTION PERIODS F) Description of requirements: See Statement of Work G) Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following addendum: Addendum to FAR 52.212-1 Instruction to Offerors ? Commercial Items Quotes shall contain the following information: RFQ NUMBER (see Paragraph B); TIME SPECIFIED FOR RECEIPT OF QUOTES (see Paragraph R); NAME, ADDRESS, FAX NUMBER OF OFFEROR; E-MAIL (optional) OF OFFEROR; UNIT PRICE, EXTENDED PRICE PER CLIN ITEM AND TOTAL PRICE (in the format specified in paragraph E); ANY DISCOUNT TERMS; and IF your firm accepts credit card payments provide NAME; PHONE #; FAX # of the Point of Contact in your Accounts Receivable department. Quotation shall also contain all other documentation specified herein. Quotations must be SIGNED. Quotation shall acknowledge all amendments to the solicitation (as applicable). PERIOD OF ACCEPTANCE OF QUOTES: The quotation shall state the agreement to hold the prices contained therein firm for 120 calendar days from the date specified for receipt, unless another time period is specified in an addendum or amendment to the Request for Quotation. LATE QUOTES: Request for Quotations or modifications of quotes received at the address specified for the receipt of Quotes after the exact time specified for receipt WILL NOT be considered (except in accordance with paragraph f of FAR 52.212-1) . The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. Facsimile offers WILL BE accepted at fax #: 804-734-8669. However it is highly recommended that fax transmissions be made and confirmed one working day prior to the date specified for receipt of offers in accordance with FAR Clause 52.212-1(f) Late Submissions. All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. H) EVALUATION/AWARD: 52.212-4501 (FAR 52.212-2) EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government which meets the requirement specified herein. This is procurement is RESTRICTED TO SMALL BUSINESS (SB). All responsible SB sources may submit a quote, which shall be considered. . The following factors shall be used to evaluate offers: 1. Price 2. Past Performance Price: Price will be evaluated by adding the total price for all Base Years Line Items (Scheduled, Service Calls, and Repair Parts) to the total price for all options periods. Preventive Maintenance costs must be reasonable and realistic (i.e., contractor must cover the minimum labor and parts expenses). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). - Labor rates should cover the required amounts as dictated by the Department of Labor Wage Determination. Trip charges should be realistic based on the time and distance from the contractor?s place of business to the commissary location and return. Line Items for Unscheduled Service Calls include an estimated number of hours and trips. These figures are for evaluation purposes only and are not to be construed as guaranteed quantities or actual number of hours/trips. The estimated hours and number of trips will be removed from the line item at time of award. - Line Items for Parts include the Government Not to Exceed (NTE) amount allowed for parts. Contractor shall indicate the percent burden above actual costs placed on parts. This percentage shall be multiplied by the Government?s NTE amount for evaluation purposes. Past Performance Past Performance will be evaluated based on the following sub-factors listed in descending order of importance: Customer Satisfaction/Quality of Service; Timeliness of Performance; and Business Relation. The relative importance of the factors are as follows: Price/price related factors are slightly more important than past performance. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. J) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005)(as applicable) WITH THEIR OFFER, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR & DFARS Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/. K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and along wit the following addendum. ADDENDUM TO FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS CHANGES: [(Reference Paragraph (c)] a. Unilateral Modifications: The Government may issue unilateral written administrative modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address, changes to the accounting and appropriation data, addition of funds, and correction of equipment model and serial numbers. b. Bilateral Modifications: Items of equipment may be added to or deleted from this contract at the option of the Government. Any replacement or additional equipment must be added to this contract prior to any service being performed on it. Addition and/or deletions of equipment will be accomplished by bilateral modification. Services performed outside the dates or scope of this contract will not be reimbursed by the Government. M) FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) applies to this acquisition and the following clauses are hereby incorporated by reference: DFARS 252.204-7004 (ALT A) Required Central Contractor Registration; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7009 Mandatory Payment by Government wide Commercial Purchase Card DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alternate III; FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C.793); FAR 52.222-37, Employment Report on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212) FAR 52.222-41 Service Contract Act of 1965, As Amended FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment FAR 52.223-10 Waste Reduction Program; FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.232-36 Payment by Third Party FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. FAR 52.217-4501 (FAR 52.217-9) OPTION TO EXTEND THE TERM OF THE CONTRACT (JUL 2003) a. The Government may extend the term of this contract by written notice to the Contractor at least 30 days prior to expiration of the current contract period; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. b. If the Government exercises this option, the extended contract shall be considered to include this option provision. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. FAR 52.217-4505 FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to expiration of the contract performance period. FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits 23530 - Machinery Maintenance Mechanic $20.07 FAR 52.222-4503 CONSOLIDATED WAGE DETERMINATION (SEP 1997) The DOL wage determinations required for this solicitation and any resulting contract are incorporated by reference with full force and effect as required by FAR 52.222-41, Service Contract Act of 1965, as Amended (for commercial items see FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, paragraph (c)(1)). If there is any discrepancy between the consolidated wage determination and the DOL wage determination, the DOL wage determination shall prevail. Complete copies of the DOL wage determinations are available from the issuing office. DOL Wage Det # / Revision 94-2011 REV (31) (Montgomery, AL) Labor Category Labor Rate 23530 - Machinery Maintenance Mechanic 19.20 FAR 52.228-4500 LIABILITY TO THIRD PERSONS (APR 1997) The contractor shall be responsible for and hold the Government harmless from all claims on the part of persons not a party to this contract for personal injury, death, and property loss or damage caused in whole or in part by the fault or negligence of the contractor, his officers, agents, or employees in the performance of work under this contract. FAR 52.228-4501 VEHICLE OPERATION AND INSURANCE (DEC 2001) a. All private-owned and Contractor-owned vehicles shall be properly licensed, insured and safety inspected in accordance with applicable federal, state and local regulations. The following automotive liability coverage is required: (1) For Contractor-owned vehicles: Bodily injury $200,000 per person, $500,000 per occurrence; property damage $20,000 per occurrence. (2) For privately owned vehicles: Bodily injury and property damage insurance meeting requirements of state in which vehicle is registered. b. Vehicles licensed or registered in a state, which requires a mechanical safety inspection must display a valid inspection sticker. c. All vehicles operating at the installation are subject to the installation traffic code, copies of which are available in the office of the installation Provost Marshal. FAR 52.228-4502 OTHER INSURANCE REQUIREMENTS (OCT 1995) The contractor shall procure and maintain during the entire period of performance under this contract the following minimum insurance and shall furnish a certificate upon request by the Contracting Officer: (1) Workmen's Compensation: As required by law of the State of Alabama (2) Employer's Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. FAR 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APR 2004) Offerors/bidders may submit their agency protest directly to the contracting officer or request an independent review at a level above the contracting officer. The independent review is available as an alternative to consideration of the agency protest by the contracting officer. The independent review is not an appeal of the contracting officer's decision on an agency protest. Agency protests for consideration by the contracting officer must be submitted to the issuing office indicated on the face of the solicitation. Agency protests for consideration by a level above the contracting officer must be submitted to: Defense Commissary Agency ATTN: AM (Director, Contracting) 1300 E. Avenue Fort Lee, Virginia 23801-1800 FAR 52.252-1 SOLICITATION 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. The offeror 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 those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.farsite.hill.af.mil http://acquisition.gov/comp/far/index.html http://www.acq.osd.mil/dpap/ FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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): BOTH FAR AND DFARS www.farsite.hill.af.mil http://acquisition.gov/comp/far/index.html http://www.acq.osd.mil/dpap/ FAR 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)?after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. N) Additional requirements P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Offers will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / AMDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 3:00 PM local time on Jul 10, 2006. S) The point of contact (POC) for this solicitation is Charita Branscomb, 804-734-8468 charita.branscomb@deca.mil T) A copy of the Statement of Work is posted as an amendment to this combined synopsis/solicitation notice.
 
Place of Performance
Address: Maxwell AFB, AL
 
Record
SN01081630-W 20060702/060630221550 (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  © 1994-2020, Loren Data Corp.