Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

J -- 12 Month Service Contract for John Deere Tractor and Skid Steer

Notice Date
5/16/2008
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-08-T-0024
 
Point of Contact
Richard Debany,, Phone: (910) 432-7857
 
E-Mail Address
richard.debany@soc.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Special Operation Command (USASOC) has a requirement for a one-year service contract for a John Deere 5210 Tractor with attachments and a John Deere 6675 Skid Steer with attachments. This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR 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. All quotes must reference the Request for Quotation number H92239-08-T-0024. The North American Industry Classification System Code (NAICS) is 811310. Size Standard is $6.5M. This requirement is set aside 100% for small business. Based on the possibility that the Government may need to transport the equipment to the Contractor’s facilities under certain circumstances, only Contractor’s geographically located within a 50 mile driving distance of Camp Mackall, Marston, NC shall be considered for this procurement. Requirement: The Government requires: on-site monthly scheduled preventative maintenance and services for a John Deere 5210 Tractor with attachments (541 Bucket, 10A Backhoe, and 609 Rotary Cutter) and a John Deere 6675 Skid Steer with attachments (forklift, bucket, and auger). The Government also requires on-call, on-site, unscheduled maintenance for the same equipment. Vendor shall provide: monthly price for scheduled maintenance, inclusive of parts and labor, for the tractor and attachments; monthly price for scheduled maintenance, inclusive of parts and labor, for the Skid Steer and attachments; hourly price for unscheduled maintenance (total hours shall not exceed 80 hours under this procurement). Parts and material for unscheduled maintenance shall be reimbursed at cost (total material charges shall not exceed $10,000 under this procurement). Note: Expected hourly usage of both the tractor and Skid Steer are 55 hours/month each. The tractor currently has approximately 629 hours and the Skid Steer has approximately 821 hours of service. Both pieces of equipment are in operable condition at the time of this solicitation. Place of Performance: Rowe Training Facility (RTF), 1500 Camp Mackall Place, Bld. T-2746 Marston, NC 28363-5100. On-Site Equipment and Job-Site Inspection is scheduled for May 16, 2008 at 13:00 p.m. EST. In accordance with FAR 52.237-1, all prospective offerors are urged to attend the site visit. Failure to attend the site visit will not constitute grounds for a claim after contract award. Due to security measures at the RTF, interested parties (not to exceed two representatives) planning to attend the site visit need to submit, via Email, the following information to Richard Debany, phone (910) 432-7857, Email: richard.debany@soc.mil: Company Name Employee Name This information must be submitted no later than 1:30 p.m. May 15, 2008. Failure to submit this information in the timeframe requested above may result in delays upon your arrival at the installation. Cameras are not permitted at the job site. To enter Camp Mackall, visitors will need to present a valid driver’s license, vehicle registration, and vehicle insurance. Vehicles are subject to inspection prior to entering and leaving the facility. Once passing through the gate, visitors shall follow signs for the RTF (1500 Camp Mackall Place, Bld. T-2746). The on-site inspection time is 1:30 p.m. at the RTF. Please allow at least 10 minutes for personnel identification and vehicle inspection at the gate. Any information provided by the Government at the site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms and conditions of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If necessary, the Government may issue amendments to the solicitation after the site visit in accordance with FAR 15.206, Amending the Solicitation. Questions: Questions pertaining to the solicitation and/or resulting from the site visit shall be submitted via E-mail to the contract specialist – Richard Debany, phone (910) 432-7857, E-mail: richard.debany@soc.mil no later than 3:00 p.m. May 19, 2008. No questions will be answered at the time of the site visit. Government representatives may not discuss or comment on price/cost or provide any clarification and/or changes to the solicitation and specifications at any time during the site visit. Basis of Award: The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to this solicitation, is the lowest priced and technically acceptable. Technical acceptability includes the offeror's certification to service or significant experience in servicing the applicable John Deere equipment, their geographic location being located within a 50 mile driving distance of Camp Mackall, and the offeror’s apparent capability of meeting the requirements set forth in the SOW. Provisions and Clauses: Provisions and clauses are those in effect through FAC 2005-25. It is the Contractor’s responsibility to be familiar with all applicable clauses and provisions. The full text of provisions and clauses may be accessed electronically at this address: http://farsite.hill.af.mil. The following FAR provisions are applicable to the acquisition: 52.212-1 Instructions to Offers-Commercial Items and 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. The following FAR and DFARS Clauses are applicable to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), 52.219-6 Notice of Total Small Business Set-Aside, 52.222-42 Statement of Equivalent Rates for Federal Hires with the following fill-in: Employee Class Benefits Monetary Wage – Fringe Benefits Heavy Equipment Mechanic: $21.97/hour WG 12/13, Step 2 52.222-41 Service Contract Act of 1965, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses, 252.201-7000 Contracting Officer’s Representative, 252.232-7003 Electronic Submission of Payment Requests, and 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Applicable to Defense Acquisition of Commercial Items (Dev). Wage Determination: The Services Contract Act is applicable. Wage Determination Number 2005-2393, Revision 6, Dated March 19, 2008 is applicable to this solicitation and the resulting purchase order. This wage determination may be located at the following website: www.wdol.gov. A full text copy is available from the contracting officer upon request. Quotes are Due: Quotes shall be received at HQ, USASOC ATTN: AOCO (Richard Debany), Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 2:00 p.m. EST, 22 May 2008. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-2114. Quotes shall include the requirements of FAR 52.212-1 Instructions to Offers-Commercial Items and specifically: the monthly price for the scheduled maintenance (priced separately for the tractor and Skid Steer), the hourly rate for unscheduled maintenance; primary and alternate on-call maintenance contact phone numbers and e-mail address (for inclusion in contract per SOW); evidence of certification or significant experience in servicing the applicable John Deere equipment; Offeror’s Representations and Certifications -- Commercial Items, and acknowledgement of any amendments that may be issued. Offerors not submitting sufficient information for evaluation may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing via e-mail to the contract specialist. It is the responsibility of the offeror to ensure receipt of questions and quotes submitted via electronic means. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers shall be provided via an amendment to the solicitation. Any amendments that may be issued will be published on FedBizOpps, the same as this solicitation. The point of contact for this requirement is Richard Debany (910) 432-7857 and e-mail richard.debany@soc.mil. STATEMENT OF WORK General scope of work HHC/SPT/1st SWTG(A) USAJFKSWCS requires a 12-month inclusive services contract to: - Provide monthly general preventive maintenance service (scheduled maintenance and inspections) for a John Deere (JD) 5210 tractor with cab, 541 bucket attachment, 10a back-hoe attachment, and 609 Rotary Cutter attachment and a JD 6675 Skid Steer (Product ID: M06675X010309) w/ forklift, bucket, and auger attachments per this Statement of Work (SOW). This equipment is used to support critical Rowe Training Facility (RTF) facility maintenance operations. Please price the tractor maintenance separately from the Skid Steer maintenance. - Provide on-call service (unscheduled maintenance) for the same equipment and attachments per this SOW. Contracting Officer’s Representative: The RTF Facility Manager and the RTF Facility NCOIC will be appointed as the Contracting Officer’s Representative (COR) or Contracting Officer’s Technical Representative (COTR) for this acquisition and shall serve in accordance with this SOW and per DFARS 252.201-7000 Contracting Officer’s Representative. Specific requirements Scheduled Maintenance and Inspections: - Contractor shall provide monthly scheduled maintenance and inspections over a period of 12 months. - Monthly scheduled maintenance and inspections shall be performed during the fourth week of each month. - Monthly scheduled maintenance and inspections shall reflect a firm fixed price, inclusive of travel, labor, and material, priced separately for the tractor and skidloader. - The procedures and lubricants used shall be in accordance with the appropriate manufacturer’s technical publications. Contractor is responsible for providing their own manuals. - The scheduled maintenance shall include the appropriate services as required by the operator’s manual based on an expected usage of 55 hours per month. At a minimum, the initial service shall include the following services per the operator’s manuals: o For the tractor: 10 hour, 50 hour, 250 hour, 500 hour, 600 hour, annual, and the “services as required”. o For the Skid Steer: Daily, 50 hour, 100 hour, 200 hour, 500 hour, and yearly. - Subsequent monthly services shall include the appropriate services based on the hourly usage per the intervals in the equipments’ operator’s manual. All attachment scheduled maintenance shall be per appropriate technical manuals. In addition, for the 609 Rotary Cutter, the blades shall be replaced at least quarterly (four times during the year) as part of the scheduled servces. - Services shall include the items applicable to operating the equipment in harsh, wet, muddy, and/or dusty conditions. Unscheduled Maintenance: - Unscheduled maintenance may come as a result of on-call requests from the COTR or from discrepancies noted during scheduled maintenance and inspections. Any discrepancies noted during scheduled maintenance and inspections that the Contractor believes should be corrected as unscheduled maintenance shall be approved by the COTR prior to commencement of work. - Contractor shall provide a primary and alternate on-call phone number and e-mail address for the COTR. Phone number must allow, at a minimum, normal business hours access to contractor. - Scope of unscheduled maintenance must encompass a full spectrum of repairs; i.e. small repairs such as repair flat tires, replace belts and hoses, etc. to major repairs such as engine and transmission repairs. - Time: Unscheduled maintenance shall be billed as a per hour cost for hours of service / labor performed for each repair performed. Labor hours invoiced for repairs shall conform to accepted service industry standards and business practices. Time associated with scheduled maintenance shall not be billed as unscheduled maintenance. - Material: o Only Material/Parts/lubricants used for unscheduled maintenance shall be billed separately under the parts item number. Material/Parts/lubricants attributed to scheduled maintenance shall be included in the monthly cost. o The contractor shall submit separate invoice for all materials / parts (at contractor cost) required to complete unscheduled maintenance. The invoice shall include the vendor’s actual invoices as backup documentation. o All parts removed and replaced belong to the Government. As such, any applicable turn-in credit must be applied to the replacement part and documented on the invoice. All parts for which there is no turn-in credit must be returned to the government (COTR at Camp Mackall). The contractor shall document all parts returned to the government and shall obtain the signature of the Government person receiving the parts. o The contractor shall obtain prior approval from the COTR for any part expected to cost over $1,500 (after any turn-in credit). o The use of remanufactured replacement parts is acceptable so long as they carry a warranty equal or superior to the equivalent new part. o The Contractor obtain quotes from at least three vendors (unless relieved of this requirement in writing by the contracting officer on a case by case basis) and submit these to the COTR with the invoice. - Any requests for the Contractor to provide unscheduled maintenance shall only be initiated by the contracting officer or the COTR. - The Contractor shall respond (initiate repairs at the RTF, Camp Mackall) to unscheduled maintenance within 48 hours of the request by the COTR. - Unscheduled maintenance for minor repairs (i.e. tire repair, belt replacement) shall be completed within 72 hours from initial notification. Unscheduled maintenance for major repairs (i.e. transmission repair) shall be completed within 10 days from initial notification. Categorizing a repair as either minor or major shall be at the discretion of the Contracting Officer in consultation with the Contractor and COTR. - The contractor shall provide the COTR a copy of the invoice identifying the number of hours and itemized material costs, with supporting documentation, prior to leaving the job-site. - If it is impractical, as determined by the Contracting Officer or COTR, to accomplish any particular unscheduled maintenance on-site at RTF, the COTR shall be responsible for transporting the equipment to and from the contractor’s location. TOTAL COST. It is estimated that the total cost to the Government for the performance of this contract shall not exceed the ceiling price set forth in the Schedule and the Contractor agrees to use its best efforts to perform the work specified in the Schedule and all obligations under this contract within such ceiling price. If at any time the Contractor has reason to believe that the available hours or material costs for unscheduled maintenance that will accrue in performing this contract will exceed what is available, the contractor shall notify the contracting officer in writing. QUALITY VERIFICATION: Upon completion of any scheduled or unscheduled maintenance, the Contractor and the COTR shall jointly inspect and test the serviced or repaired equipment to determine acceptability of the Contractor’s performance. This verification shall be made prior to the COTRs written acceptance of any work. The contractor shall correct any unacceptable work or product conditions/defects, including latent conditions/defects, without additional charge to the Government. In the case of latent product or work condition/defect, the contractor shall make the correction within 24 hours of verbal or written notice. If an unacceptable condition is corrected within 24 hours of verbal or written notice, the unacceptable condition/defect shall be considered acceptable and shall not count as a defect for payment calculation purposes. CONTRACTOR PERSONNEL. For the purpose of this contract, the term “Contractor Personnel” applies to all Contractor employees, sub-contractor employees, or any other person(s) acting for or on behalf of the Contractor to perform work on this contract. - Employee Qualifications The Contractor shall ensure all employees performing work on this contract are qualified. Contractor personnel shall be physically capable of performing under all climatic conditions. - Employee Conduct Contractor employees shall be appropriately dressed, including personal protective clothing and equipment, for the work to be done. The Contractor shall not allow any employee having possession of, or under the influence of alcohol or controlled substances to perform work. Government rules, regulations, laws, directives, and requirements which are in place or issued during the contract term relating to law and order, Installation administration, and security on the Installation shall be applicable to all Contractor employees or representatives who enter the Installation. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Individuals who violate such rules, regulations, laws, directives, or requirements may be denied access to the Installation, either temporarily or permanently. PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS. The Contractor shall, at his own expense, obtain all necessary permits, give all notices, pay all license fees and applicable taxes, comply with municipal, state, and federal laws, ordinances, rules, and regulations applicable to the business carried on under this contract. ENVIRONMENTAL REGULATION - The Contractor shall be knowledgeable of and fully comply with all Federal, State, and local environmental laws and regulations. In case of a conflict among these laws and regulations, the most stringent law or regulation shall apply. In the event environmental laws, regulations or requirements change during the term of this contract, the contractor shall comply with such law or regulation as changed. - If as a result of Contractor noncompliance with any applicable environmental law or requirement, the Government incurs any cost (e.g., the cost of cleaning up hazardous waste spill); the Contractor shall indemnify the Government and provide reimbursement for these costs. If a Federal, State, or regulatory agency assesses any fine, penalty, or fee against the Government that is attributable to Contractor noncompliance with any environmental law or requirement, the Contractor shall indemnify the Government for the amount of the fine and other Government costs attributable to the violation. In the event of Contract noncompliance with any applicable environmental law or regulation, the Contracting Officer shall determine whether the Government or the Contractor is responsible for abating or correcting the violation. This provision is not intended in any way to waive the Government’s rights under any provision of the contract. - If the Contractor spills or releases any hazardous chemicals/substances into the environment, the Contractor shall immediately report the incident to the COTR. The Contractor shall be liable for containment and environmental clean-up of the spill or release of hazardous chemicals/substances. - The Contractor shall be responsible to acquire and to maintain Material Safety Data Sheets (MSDS) on all materials required by State and Federal Laws and/or Regulations. The Contractor shall have an MSDS onsite and readily available at all times for hazardous materials used in the performance of the contract. ACCIDENTS AND INCIDENT REPORTING. The Contractor shall report all accidents and incidents, including occupational illnesses and injuries, encountered while performing work under this contract. Reports shall be made to the COTR not more than one hour following the incident or accident. DAMAGES TO GOVERNMENT FACILITIES AND/OR EQUIPMENT. All damages to Government property as determined by the COTR caused by the negligence of the Contractor or his employees during contract performance shall be repaired by the Contractor or by the Government at the Contractor’s expense, as determined by the Government. If repaired by the Government, any money due the Government will be deducted from the Contractor’s payments. The Contractor will be advised in advance of any such deductions.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=250bf7b64fa219183a2df9002452f51e&tab=core&_cview=1)
 
Place of Performance
Address: Rowe Training Facility (RTF), 1500 Camp Mackall Place, Bld. T-2746, Marston, North Carolina, 28363-5100, United States
Zip Code: 28363-5100
 
Record
SN01575156-W 20080518/080516220559-250bf7b64fa219183a2df9002452f51e (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.