Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
MODIFICATION

25 -- Contractor Operated Parts Store

Notice Date
8/23/2007
 
Notice Type
Modification
 
NAICS
441310 — Automotive Parts and Accessories Stores
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service (9TH), 3375 Koapaka Street, Suite B225, Honolulu, HI, 96819, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
9T7HPGPS009
 
Response Due
8/29/2007
 
Archive Date
9/13/2007
 
Description
AMENDMENT 3: This amendment is hereby issued to make the following changes and to answer questions: 1) The Discount or Surcharge Rate requirement on the Sales Invoices part (Under 3.3.1 Daily Operation Procedures, #3) of the PBSOW is hereby removed as it is not applicable. 2) An updated parts listing will be sent and is available due to the removal of tires and tubes. This is to ensure all contractors provide bids on the same listing of items. Please note that all items must be quoted. 3) The following are answers to questions received: 1 - What is the government?s current stand-alone IT system being used and what are it's capabilities? a. Inventory control? b. Accounts Receivable/Payable? c. Inventory receiving and stowage? d. Inventory forecasting? e. Inventory adjustments? f. Conducting cycle counts/full inventories? g. Point of Sale ? h. Sales History ? i. Interface to SPM? ANSWER: The current system is not used for the above. The Government will not provide the contractor with any type of inventory management program. The vendor is expected to provide their own. The GFP computer will have web access and MS Office capabilities. 2 - Is there any usage data on the line items shown in CLIN002 that can be used in forecasting monthly demands? ANSWER: The contractor is expected to stock shelves in accordance with the PBSOW (3.3.1 Inventory Stock Control) and to ensure availability accordingly. End of Amendment 3. This is a combined synopsis/solicitation for the acquisition of commercial services and supplies prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. 9T7HPGPS009 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-17, DFARS Change Notice 20070531 and GSAM Change 18 effective 2-1-07. THIS PROCUREMENT IS UNRESTRICTED AND IS THEREFORE OPEN ONLY TO TO ALL RESPONSIBLE OFFERORS. The applicable NAICS Code is 441310, $6.5M. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13.5 Simplified Acquisition Procedures. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. A single commercial IDIQ type contract will be awarded to the lowest priced, technically acceptable quote. The contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. Contractor must also register in the GSA Federal Acquisition Services website; IT-Solutions Shop (ITSS), an online, web-based purchase order system at: https://web1.itss.gsa.gov. Registration assistance us available by dialing (877) 243-2889 (option 2). Resulting award and payments from this solicitation will be made through the ITSS system. As such, it is imperative that registration is completed. Fleet and Industrial Supply Center, (FISC) seeks service support for the operation of a ?Contractor Operated Parts Store (COPARS)? located in the Transportation Department of the Naval Facilities Engineering Command Hawaii, Pearl Harbor, Hawaii which shall include the following: CLIN 0001 (Firm-fixed price): Contractor is expected to provide all management and work personnel, equipment, tools and materials necessary for the operation of the COPARS. Contractor shall provide the services to store, maintain stock levels, make deliveries, and issue parts (as listed in CLIN 0002) of this requirement. Contractor shall issue/provide parts and services only to authorized ordering personnel. Contractor will also provide automotive parts and make deliveries to a satellite repair facility at Barbers Point, Bldg 90. This Contractor will be responsible to deliver items purchased by the Government through the COPARS on the Naval Station Pearl Harbor. The Contractor may make direct vendor deliveries to Barbers Point to fill orders instead of issuing from the COPARS inventory. The COPARS store shall be operated out of existing Government owned facilities. The listing of parts required in store are listed in a separate document, to be priced as fixed unit cost, and to be issued in accordance with ordering procedures by authorized ordering officials as the requirements portion of the contract. Please request for a copy of the PBSOW with applicable attachments by contacting the contracting personnel identified herein. CLIN 0002 (Requirements portion): Contractor shall issue parts in accordance with the fixed prices quoted over the period of performance not to exceed a maximum dollar amount estimated at $400,000.00 over the period of performance. The listing of parts to be quoted on can be obtained by contacting the contracting personnel identified herein. The government will pay according the fixed unit prices the actual quantities/parts issued each month. Issues of parts will only be made to the authorized ordering personnel following the ordering process identified in the PBSOW which requires COR approval. This solicitation includes the PBSOW with attachments (CLIN 0001) and Parts Listing (CLIN 0002) that must be requested for by contacting the contracting personnel identified herein. The period of performance is 01 October 2007 through 30 September 2008. This is a performance based service solicitation requiring a Quality Assurance Surveillance Plan (QASP) as a first deliverable. The contractor shall develop and submit a QASP within 15 days from date of award for review and approval of the government. Other specific tasks to be evaluated during the period of performance are included in the PBSOW. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items - Addendum to FAR 52.212-1, paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public; Express Warranties shall be included in the contract, delete paragraph h, multiple awards and insert single awards. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. THE FOLLOWING CLAUSES UNDER FAR 52.212-5 APPLY TO THIS REQUIREMENT AND SHALL BE INCORPORATED BY REFERENCE IN THE ORDER: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (July 1995); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637(d)(2) and (3)); 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 (Feb 1999), FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-5, Trade Agreements (JUNE 2006) (19 U.S.C. 2501, et seq, 19 U.S.C. 3301 note); FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Additional contract terms and conditions applicable to this procurement are: FAR 52.216-21, Requirements (OCT 1995) with fill in date of September 30, 2008; FAR 52.216-18 Ordering (Oct 1995) and FAR 52.216-19 Order Limitations (Oct 1995) (fill-ins available with PBSOW attachments), FAR 52.223-3, Hazardous Material Identification and Material Safety Data (JAN 1997); FAR 52.223-5, Pollution Prevention and Right-to-Know Information (AUG 2003); FAR 52.223-11, Ozone Depleting Substances (MAY 2001); FAR 52.228-5, Insurance ? Work on A Government Installation (JAN 1997); FAR 52.232-18, Availability of Funds (APR 1984); FAR 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation (APR 1984); FAR 52.247-34, FOB Destination (NOV 1991); DFAR 252-204-7004 Alt A Central Contractor Registration (52.204-7) Alt A (NOV 2003); DFAR 252.223-7001, Hazard Warning Labels (DEC 1991); DFARS 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials (APR 1993); DFARS 252.201-7000 Contracting Officer?s Representative (DEC 1991); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. THE FOLLOWING CLAUSES UNDER FAR DFARS 252.212-7001 APPLY TO THIS REQUIREMENT AND SHALL BE INCORPORATED BY REFERENCE IN THE ORDER: FAR 52.203-3 Gratuities (APR 1984)(10 U.S.C. 2207); DFARS 252.225-7012, Preference for Certain Domestic Commodities (JUN 2004)(10 U.S.C. 2533a); DFARS 252.225-7036, Buy American Act?Free Trade Agreements?Balance of Payments Program (JUN 2006)(41 U.S.C. 10a-10d and 19 U.S.C. 3301 note); DFARS 252.243-7002, Requests for Equitable Adjustment (MAR 1998)(10 U.S.C. 2410); DFARS 252.247-7024, Notification of Transortation of Supplies by Sea (MAR 2000)(10 U.S.C. 2631). GSAM 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items, which includes the following: GSAM 552.229-70, Federal, State, and Local Taxes and GSAM 552.232-78, Payment Information. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html or by request from this office. THE OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE FOLLOWING PROVISIONS ALONG WITH THEIR OFFER: FAR 52.212-3 ALTERNATE I and Certifications Offeror Representations and Certifications ? Commercial Items. Please complete your Representations and Certifications at the following website: http://orca.bpn.gov; DFARS 252.225-7035, Buy American Act?Free Trade Agreement--Balance of Payments Program Certificate. Any questions regarding this requirement must be in writing and submitted no later than 4:00p.m. (Hawaii Standard Time) 20 August 2007. Quotes must be received no later than 4:00p.m. (Hawaii Standard Time) 29 August 2007. Quotes may be emailed to patrick.galamay@gsa.gov, phone 808-541-1164 or faxed to 808-541-3604.
 
Place of Performance
Address: Naval Facilities Engineering Command, Pearl Harbor, Hawaii
Zip Code: 96860
Country: UNITED STATES
 
Record
SN01383407-W 20070825/070823222736 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.