Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2008 FBO #2356
DOCUMENT

J -- SCALE MAINTENANCE, SCHEDULED AND UNSCHEDULED - Attachment 3 - CLINS and SubCLINS - Attachment 1 - Scope of Work - Attachment 2 - Listing of Scales

Notice Date
5/7/2008
 
Notice Type
Attachment 2 - Listing of Scales
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001
 
ZIP Code
17070-5001
 
Solicitation Number
SP3100-8043-1001
 
Point of Contact
DANIEL L HERRING, Phone: 717-770-6030
 
E-Mail Address
daniel.herring@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 – Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This solicitation is issued as a Request For Quotation, solicitation number SP3100-8043-1001. This requirement is set aside for small business; the associated North American Industrial Classification System (NAICS) code is 811219 with a small business size standard of $6,500,000. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-25 effective 22 APR 2008, and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080423 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2008-20. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/. The Defense Distribution Depot Warner Robins, GA (DDWG) has a requirement to procure Scheduled and Unscheduled Maintenance, including Annual Calibration and Certification, for various types of scales used to perform distribution functions (e.g. receiving, storage and issue) at the depot. Maintenance and Calibration will be performed in accordance with the Statement of Work, Attachment 1 to this solicitation. A detailed listing of the scales requiring maintenance and calibration is included as Attachment 2. This requirement consists of a Base Year and Two (2) Option Years, with estimated Periods of Performance as follows: Base Year (from 06/02/08 through 06/01/09): CLIN 0001 – Scheduled Preventative Maintenance; CLIN 0002 – Annual Calibration/Certification for each Scale; CLIN 0003 – Unscheduled Maintenance/On-call Repairs; CLIN 0004 – Parts. Option Year 1 (from 06/02/09 through 06/01/10): CLIN 1001 – Scheduled Preventative Maintenance; CLIN 1002 – Annual Calibration/Certification for each Scale; CLIN 1003 – Unscheduled Maintenance/On-call Repairs; CLIN 1004 – Parts. Option Year 2 (from 06/02/10 through 06/01/11): CLIN 2001 – Scheduled Preventative Maintenance; CLIN 2002 – Annual Calibration/Certification for each Scale; CLIN 2003 – Unscheduled Maintenance/On-call Repairs; CLIN 2004 – Parts. Attachment 3 to the solicitation contains subline items for each CLIN; these subline items show the scale manufacturer, equipment type, and quantity for each type of scale. Contractors shall complete the columns on Attachment 3 labeled Number of Inspections Per Year (for CLINS 0001, 1001 and 2001 only); Price Per Inspection; and Extended Price, and include this Attachment with their quotes. The Government requests that contractors provide Firm Fixed Prices for the Scheduled Preventative Maintenance and Annual Calibration/Certification for the Base Year and Two Option Years (CLINS 0001, 0002, 1001, 1002, 2001 and 2002). The Government requests that contractors provide an Hourly Labor Rate for the Unscheduled Maintenance/On-call Repair CLINS (0003, 1003 and 2003) on Attachment 3. Contractors shall not provide quotes for the Parts CLINS 0004, 1004 and 2004, as a level of funding will be provided on a Not-to-Exceed basis for this purpose. Contractors must be capable of accepting payment by either electronic funds transfer or government credit card for this procurement. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be completed online at: http://www.ccr.gov/. The following FAR, DFARS and DLAD clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, and (h) multiple awards. The following provisions are included in full text: DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS – Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. The Government intends to evaluate quotes and award a contract without discussions. Therefore, contractors initial offers should contain their best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if determined to be necessary by the Contracting Officer. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). 2. Technical Proposal – Offerors shall submit a technical proposal which describes their technical capability to perform the work effort as specified in the Statement of Work. Proposals shall address the following: a. A detailed description of the processes and procedures used to perform scheduled and unscheduled maintenance of scales. b. A detailed description of the duties for each position that will perform tasks under the Statement of Work, including requirements for training, licenses and/or certifications, and the minimum number of years experience that personnel are required to have to perform scheduled and unscheduled maintenance of scales. 3. Past Performance – Offerors shall describe their background, knowledge and experience relating to the performance of scheduled and unscheduled maintenance of scales. Offerors shall provide a description of their experience for any Government or commercial contracts, either as a prime or sub-contractor, performed during the previous three (3) years. A brief narrative of each contract shall be provided to include its scope of work and similarity with this requirement. The description shall include information in the following format for each contract deemed relevant: a. Contract number b. Customer name and address c. Point of Contact and telephone number d. Dollar amount of contract and delivery schedule e. Sample list of services provided 4. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. EVALUATION – Quotes will be evaluated in accordance with FAR 13.106. The Government intends to award one contract to the responsible offeror using the lowest price technically acceptable source selection process. Quotes shall be evaluated for acceptability only and shall not be rated. Award will be based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate quotes: Factor 1 – Technical capability of the contractor to meet the Government’s requirement in the Statement of Work, and Factor 2 – Past Performance. Factor 1 shall be evaluated on a “go/no go” basis. If a quote has been determined to be a “go” on Factor 1, then Factor 2 will be evaluated to determine if the offeror’s past performance history is satisfactory. An offeror who has submitted a technically acceptable quote and who has been found to have a satisfactory past performance history will then have its quote evaluated for the lowest price. Factor 1 - Technical capability of the contractor to provide services as specified in the Statement of Work. The technical proposal must demonstrate a clear understanding of the nature and scope of work required, and must comply with the requirements of law, regulation, and all conditions set forth in this solicitation. Evaluation of the technical proposal will be a subjective assessment based on the consideration of all relevant facts and circumstances. The Government is seeking to determine if the offeror demonstrates an acceptable understanding of the scope and complexity of work, as well as to provide assurance that the offeror will satisfy the performance requirements. The Government does not assume a duty to search for clarification data to cure problems or inconsistencies with an offeror’s proposal. Failure to provide a realistic, reasonable and complete technical proposal may result in a determination that the offeror’s proposal is unacceptable. Factor 2 – Under the past performance factor, evaluation of an offeror’s present and past work record will be used to assess the Government’s confidence in the offeror’s ability to successfully perform under the resultant contract. The Government will evaluate the offeror’s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror’s adherence to contract schedules, including the administrative aspects of performance; the offeror’s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror’s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable quote will be given an opportunity to address any unfavorable reports of past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. FAR 52.212-4, Contract Terms and Conditions-Commercial Items with Alternate I. Fill-in for Alternate I, paragraph (i)(1)(ii)(D)(1) Other Direct Costs: None Fill-in for Alternate I, paragraph (i)(1)(ii)(D)(2) Indirect Costs: None. Addenda to 52.212-4; the following clauses apply: FAR 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements – Commercial Item Acquisition FAR 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services. Fill-in for clause: 60 days. FAR 52.217-9, Option to Extend the Term of the Contract. Fill-ins for clause: in paragraph (a), 60 days (2 places); in paragraph (c), three (3) years and six (6) months. FAR 52.243-3, Changes – Time-and-Materials or Labor-Hours FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; in paragraph (b) the following clauses apply: FAR 52.219-6, Notice of Total Small Business Set Aside FAR 52.219-28, Post Award Small Business Program Rerepresentation 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, 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 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions 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 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; in paragraph (c) the following clauses apply: FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires Fill-in for clause (This statement is for Information Only. It is not a Wage Determination): Employee Class – Scale Mechanic Monetary Wage – Fringe Benefits – Wage Grade 5 - $16.80 FAR 52.222-43, Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year and Option Contracts) DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. The following additional clauses/provisions apply: DFARS 252.225-7036, Buy American Act – Free Trade Agreements – Balance of Payments Program with Alternate I DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023, Transportation of Supplies by Sea with Alternate III DFARS 252.247-7024, Notification of Transportation of Supplies by Sea Addenda to DFARS 252.212-7001; the following clauses apply: DFARS 252.201-7000, Contracting Officer’s Representative DFARS 252.215-7003, Excessive Pass-Through Charges – Identification of Subcontract Effort DFARS 252.215-7004, Excessive Pass-Through Charges Additional required clauses other than those above may be included as Addenda on the award document. All questions and inquiries should be addressed via email to the Contract Specialist POC, daniel.herring@dla.mil, Request for Quotation Number SP3100-8043-1001. Prices, technical proposals, past performance information, and representations/certifications must be received NLT 4:00 PM EDST on MAY 23, 2008. This information should be submitted to the above email address or faxed to 717-770-7591.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=527c48dd9657b93ba2b535f793b149c5&tab=core&_cview=1)
 
Document(s)
Attachment 2 - Listing of Scales
 
File Name: Attachment 3 - CLINS and SubCLINS (DDWG SCALE MAINTENANCE - CLIN STRUCTURE2.xls)
Link: https://www.fbo.gov//utils/view?id=0943c5c164fda2f2135961fc8122489f
Bytes: 23.50 Kb
 
File Name: Attachment 1 - Scope of Work (DDWG SOW for Scales 80431001 050108.doc)
Link: https://www.fbo.gov//utils/view?id=8d380cb39d3a094b78bb096e24d3dd4a
Bytes: 87.50 Kb
 
File Name: Attachment 2 - Listing of Scales (DDWG Listing of Scales for SOW 80431001.doc)
Link: https://www.fbo.gov//utils/view?id=62dddea5188ab4d24ead29112a1f1209
Bytes: 190.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Defense Distribution Depot Warner Robins, Robins AFB, Georgia, 31098-1887, United States
Zip Code: 31098-1887
 
Record
SN01568306-W 20080509/080507215802-527c48dd9657b93ba2b535f793b149c5 (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.