Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
DOCUMENT

J -- Maintenance of MHE at Fort Bragg - PM MHE Fort Bragg

Notice Date
8/1/2008
 
Notice Type
PM MHE Fort Bragg
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Reutilization and Marketing Service, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092
 
ZIP Code
49037-3092
 
Solicitation Number
SP4410-08-Q-2032
 
Archive Date
9/2/2008
 
Point of Contact
Andrea Tichenor,, Phone: 269-961-7392, Gloria Daws,, Phone: 269-961-7209
 
E-Mail Address
andrea.tichenor@dla.mil, gloria.daws@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services as prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE NOW BEING REQUESTED and a written quotation will not be issued. The Defense Reutilization and Marketing Service (DRMS) intends to enter into a firm-fixed price contract for the preventative and remedial maintenance of material handling equipment at the Defense Reutilization and Marketing Office Fort Bragg, NC. This is issued as a Request for Quote (RFQ) SP4410-08-Q-2032. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This procurement is issued as a 100% small business set aside. North American Industry Classification System (NAICS) code is 811310 and the size standard is $6.5 million. Pricing shall be FOB destination, Fort Bragg, NC. All responsible sources may submit a quote. All responsible sources are encouraged to perform a site visit prior to submitting an offer by contacting Ms. Sarah K. Streets (910) 432-9872 to schedule an appointment. Contract Line Item Numbers for the Base Year/Option I/Option II are: Preventative Maintenance Line Item 0001, Preventive Maintenance Line Item 0002, Preventive Maintenance Line Item 0003, Preventive Maintenance Line Item 0004, Preventive Maintenance Line Item 0005, Preventive Maintenance Line Item 0006, Preventive Maintenance Line Item 0007, Preventive Maintenance Line Item 0008, Preventive Maintenance Line Item 0009, Preventive Maintenance Line Item 0010, Preventive Maintenance Line Item 0011, Preventive Maintenance Line Item 0012, Preventive Maintenance Line Item 0013, Preventive Maintenance Line Item 0014, Remedial Service Calls Line Item 0015, and Repair/Replacement Parts Line Item 0016. NOTE: The number of vehicles to be serviced is listed within the description of each CLIN. For example, CLIN 0003 is for the preventative maintenance on five (5) Each, Yale forklifts; the frequency of service requested on all five of these forklifts is quarterly. SEE THE ATTACHED BID SCHEDULE CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (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. Also, the full text of a clause may be accessed electronically at one of the following addresses: http://www.dla.mil/j-3/j-336/icps.htm, http://www.arnet.gov/far/ or for DRMS local clauses http://www.drms.dla.mil/drmsp/clauses/drmscls.pdf. CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS, FAR 52.212-4 (FEB 2007). CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS, FAR 52.212-5 (JUN 2008). The following clauses under paragraph (a) apply: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law of Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). The following clauses under paragraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (July 1995), with alternate I (Sept 2006) (41 U.S.C. 253g and 10 U.S.C. 2402). (5) 52.219-6, Notice of Total Small Business Set Aside (June 2003) 15 U.S.C. 644). (7) 52.219-8, Utilization of Small Business Concerns (May 2004 (15 U.S.C. 637 (d)(2) and (3)). (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637 (a)(14)). (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (22) 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union dues or Fees (Dec 2004)(E.O. 13201). (24) 52.222-50, Combating Trafficking in Persons (Aug 2007). (28) 52.225-1, Buy American Act—Supplies (June 2003)(41 U.S.C. 10a-10d). (29) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286 and 109-169). (31) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2006) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332. The following clauses under paragraph (c) apply: (1) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 52.222-44, Fair Labor Standards Act and Service Contract Act – Price Adjustment (Feb 2002)(29 U.S.C.206 and 41 U.S.C.351, et seq.). CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS, DOD FAR SUPPLEMENT, 252.212-7001 (MAR 2008). The following clause(s) under paragraph (a) apply: 52.203-3, Gratuities (APR 1984)(10 U.S.C. 2207). The following clause under paragraph (b) applies: (4) 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005)(41 U.S.C. 10a-10d, E.O. 10582). (5) 252.225-7012, Preference for Certain Domestic Commodities (Mar 2008)(10 U.S.C. 2533a). (17) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) (10 U.S.C. 2410). (19) 252.243-7002, Request for Equitable Adjustment (Mar 1998) (10 U.S.C. 2410). (20) 252.247-7023, Transportation of Supplies by Sea (May 2002)(10 U.S.C. 2631). OPTION TO EXTEND THE TERM OF THE CONTRACT, FAR 52.217-9 (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days before contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 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 5 years. OPTION TO EXTEND SERVICES, FAR 52.217-8 (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 within 7 days of contract expiration. INSURANCE – WORK ON A GOVERNMENT INSTALLATION, FAR 52.228-5 (Jan 1997) TYPE MINIMUM AMOUNT. a. General Liability Insurance $500,000.00 per occurrence Bodily Injury. b. Automobile Liability Insurance $20,000.00 per occurrence. c. Property Damage $200,000.00 per occurrence. ANTICIPATED REGULATORY CHANGES, DRMS 52.211-9R02 (JAN 2000). EVALUATION OF OPTIONS, FAR 52.217-5 (JUL 1990). ALTERNATE PROTEST PROCEDURES, DRMS 52.233-9R01 (JAN 1997). Fill in is: DRMS-J72 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR, FAR 52.232-19 (APR 1984). Funds are not presently available for performance under this contract beyond 30 September 2008. The Government’s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 September 2008, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. SOLICITATION PROVISIONS INCORPORATED BY REFERENCE, FAR 52.252-1 (Feb 1998). The 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 it quotation or offer. In lieu of submitting the full text of those provisions, the offer may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. The clauses and provisions included in this synopsis by reference can be accessed electronically at: http://farsite.hill.af.mil/. All DRMS local clauses can be found at the following web site: https://www.drms.dla.mil/drmsp/clauses/drmscls0902.pdf. CENTRAL CONTRACTOR REGISTRATION, FAR 52.204-7 (APR 2008). INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS, FAR 52.212-1 (JUN 2008). EVALUATION-COMMERCIAL ITEMS, FAR 42.212-2 (JAN 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is price wise the most advantageous to the Government. b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (c) 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. OFFEROR REPRESENTATIONS AND CERTIFICATION – COMMERCIAL ITEMS, FAR 52.212-3 (JUN 2008). TIME AND MATERIAL/LABOR HOUR PROPOSAL REQUIREMENTS-COMMERCIAL ITEM ACQUISITIONS, FAR 52.216-31 (FEB 2007). OFFEROR REPRESENTATION AND CERTIFICATION – COMMERCIAL ITEMS, DFARS 252.212-7000 (JUN 2005). EVALUATION FACTORS FOR SINGLE AWARD, DRMS (SEP 2007). The resulting contract will be subject to the Service Contract Act. Wage Determination 2005-2393, Rev. 6, dated 03/19/2008 is applicable to this RFQ and can be found at the following site: http://ww.wdol/scafiles/archive/sca/05-2393.r6. Period of performance is a 12-month Base Year with 2, 12-month Option Years. Place of performance: Defense Reutilization Marketing Office (DRMO) – Bldg J-1334, Knox Street, Fort Bragg, NC 28310. To be eligible to receive an award from Department of Defense (DoD) activity, you must be registered in the DoD Central Contractor Registration (CCR) database. To register access the CCR homepage go to http://www.ccr.gov or call 1-888-227-2423 regarding questions to the CCR. All offerors are required to sign and date their offers on the SF 1449 attached to this announcement on or before the specified closing date and time for receipt of offers. All offerors shall also include the company’s Commercial and Government Entity (CAGE) code entered in the CODE block of block 17a on the SF1449 form. Questions regarding this combined synopsis/RFQ must be submitted in writing by facsimile to Andrea Tichenor at (269) 961-7392 or email andrea.tichenor@dla.mil. Potential offerors shall only submit an RFQ package in American English and United States Dollars (USD). Offerors shall submit complete RFQ package, including the bid schedule to the Defense Reutilization & Marketing Service, Attn: Andrea Tichenor, DRMS J-75, 74 North Washington Avenue, Battle Creek, MI 49037-3092, or by facsimile ATTN: Andrea Tichenor (269) 961-7392, or by email andrea.tichenor@dla.mil. Offerors shall complete the Offeror Representations and Certifications at FAR 52.212-3 and return them with their offer. Quotes are to be received no later than noon Eastern Standard Time on August 18, 2008. The Government will make award to the lowest price, technically acceptable, responsible offeror.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae304bcb91a19bad1a150ee8570d1c6b&tab=core&_cview=1)
 
Document(s)
PM MHE Fort Bragg
 
File Name: Bid Schedule & SOW PM MHE Fort Bragg (SP441008Q2032.pdf)
Link: https://www.fbo.gov//utils/view?id=64d9f0ea3accf672cc746fec6156f59f
Bytes: 894.28 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: 2175 Reilly Road, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN01629251-W 20080803/080801222648-ae304bcb91a19bad1a150ee8570d1c6b (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.