Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2006 FBO #1802
SOLICITATION NOTICE

J -- Maintenance and Repair of Automatic Doors

Notice Date
10/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, VA, 23801-1800, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HDEC05-06-T-0042
 
Response Due
11/7/2006
 
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 HDEC08-06-T-0042 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) 2005-13, DFARS Change Notice 2006-09-08, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. D) For information purposes the Standard Industrial Classification Code is 1796. The North American Industry Classification systems (NAICS) code is 238290. The Size standard is $13.0 million. This solicitation is unrestricted. E) The door maintenance services to be provided shall be for the following commissary: Kings Bay NSB: 1209 USS Daniel Boone Ave, Kings Bay, GA 31547-2506; POC: Lisa Cline (912) 573-3128, lisa.cline@deca.mil Automatic Doors (Qty 9, Mfg. Besam Mdl Power Glide) Contract Line Item Numbers (CLINS) ? Provide pricing in the following format: Base Year: Dec 1, 2006 thru Nov 30, 2007 0001AA SCHEDULED PREVENTIVE MAINTENANCE 1ST QUARTER: 01 DEC 06 ? 28 FEB 07 $__________________ 2ND QUARTER: 01 MAR 07 - 31 MAY 07 $__________________ 3rd QUARTER: 01 JUN 07 - 31 AUG 07 $__________________ 4th QUARTER: 01 SEP 07 - 30 NOV 07 $__________________ 0001AB UNSCHEDULED SERVICE CALLS Hourly Rate $_________ x 30 est. hrs = _________(A) (Normal duty hours, Mon-Fri 8:00 am ? 5:00 pm) Hourly Rate $_________ x 10 est. hrs = _________(B) (Other than normal duty hours - Holidays & weekends after 5:00 PM) Trip Charge (ROUND TRIP) $_________ x 20 est. trips = _________(C) (Round Trip from Contractor?s Business to commissary and return) If not applicable, enter N/A TOTAL OF LINES (A)+(B)+(C) = $______________________ The above hours and trips are estimated amounts for evaluation purposes only and are not be construed as guaranteed quantities or actual number of hours/trips. The Government will insert a Not To Exceed (NTE) amount for Unscheduled Service) 0001AC Repair Parts Cost 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 offerors proposed burden on parts for evaluation purposes only. Parts shall be invoiced at cost plus the percentage of burden indicated below: Burden on Parts (above actual costs): _______________% 1001AA Option Year 1: (1 Dec 07 ? 30 Nov 08) same as above* 2001AA Option Year 2: (1 Dec 08 ? 30 Nov 09) same as above* 3001AA Option Year 3: (1 Dec 09 ? 30 Nov 10) same as above* 4001AA Option Year 4: (1 Dec 10 ? 30 Nov 11) same as above* PROVIDE QUOTE FOR BASE YEAR AND ALL OPTION PERIODS *The period of performance is December 1, 2006 thru November 30, 2007 Base period; and is further explained below: There will be a base period of twelve months and four consecutive one-year (12-month) options. Provide pricing for each of the five years. 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 include a STATEMENT specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and 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. H) EVALUATION/AWARD: 52.212-4501 IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order resulting from this RFQ to the lowest priced quote which meets the requirement specified herein. This is an unrestricted procurement. All responsible sources may submit a quote which shall be considered. J) QUOTERS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, QUOTER REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Sep 2006)(as applicable) WITH THEIR QUOTE, which may be completed electronically at http://orca.bpn.gov. Quoters 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 Clauses 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition along with the following addendum: Addendum to 52.214-4 (Contract Terms and Conditions ? Commercial): STATEMENT OF WORK shall be published separately from this solicitation as an attachment to the solicitation HDEC08-06-T-0042. Please go to the following commissaries web site address and pull up the Statement of Work (SOW): http://www.commissaries.com/contract_division_solicitation.cfm. 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 252.243-7001 Pricing of Contract Modifications; DFARS 252-225-7001 Buy American Act and Balance of Payments Program; FAR 52.204-7 Central Contractor Registration; 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; 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 52.232-36 Payment by Third Party; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 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. N) Additional requirements: All Quotes shall be marked with the RFQ NUMBER (shown in paragraph B) and CLOSING DATE (shown in paragraph R). Facsimile Quotes 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 Quotes 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. If your firm has not registered yet, you are highly encouraged to do so NOW. 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. 52.217-4501 FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRTACT (MARCH 2000) a. The Government may extend the term of this contract by written notice to the Contractor at least 25 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 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 clause. c. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. 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. 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. 52.204-4500 INSTALLATION ACCESS REQUIREMENTS (DEC 2001) The contractor is responsible for ensuring compliance with installation access procedures for both personnel and vehicles. 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 private 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. 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 Georgia (2) Employer?s Liability: $100,000 (3) Comprehensive General Liability: $500,000 each occurrence. 52.233-4500 INDEPENDENT REVIEW OF AGENCY PROTESTS (APRIL 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 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY RERENCE (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 appropriation information with its quotation or offer. In addition, the full text of a solicitation provision may be accessed electronically at this/these address(es): BOTH FAR AND DFARS - www.farsite.hill.af.mil 52.222-4503 CONSOLIDATED WAGE DETERMINATION AND EQUIVALENT RATES FOR FEDERAL HIRES (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 ?(1)). The applicable wage determinations are listed in the attached consolidated wage determination. 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 #05-2115 Rev (01) (Kings Bay, GA) Labor Category Labor Rate Machinery Maintenance Mechanic $18.55 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 Statement of Equivalent Rates for Federal Hires Machinery Maintenance Mechanic #23530 Labor Rate $20.05 P) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. Q) There are no numbered notes applicable to this solicitation. R) Quotes will be accepted at the DEFENSE COMMISSARY AGENCY, CONTRACTING BUSINESS UNIT / CICDS, 1300 E. AVENUE, FORT LEE, VA 23801-1800 and must be received NO LATER THAN 3:00 PM local time ON NOVEMBER 07, 2006. S) The point of contact for this solicitation is Janice Moore, 804-734-8027, Contracting Officer, Melissa A. Rios, 804-734-8680.
 
Place of Performance
Address: DeCA's Kings Bay NSB Commissary located in Georgia
Zip Code: 31547-2506
Country: UNITED STATES
 
Record
SN01173835-W 20061102/061101025259 (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.