Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOLICITATION NOTICE

J -- Preventaive Maintenace and Remedial Repair for MHE - Attachments 1 - 5

Notice Date
4/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP330009Q0017
 
Archive Date
10/30/2009
 
Point of Contact
Alan M Noble, Phone: 717-770-4192
 
E-Mail Address
Alan.Noble@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 5: Service Contract Wage Determination No. 2005-2508; Rev 7; Revised 05/29/2008 Attachment 4: EMACS Sample Attachment 3: MHE Equipment List Attachment 2: Maintenance Task List for Preventative Maintenance Attachment 1: Statement of Work The Defense Distribution Depot Corpus Christi, TX (DDCT) has a requirement for Material Handling Equipment (MHE) Preventative Maintenance (PM) on select equipment and remedial maintenance on MHE for a two (2) month period of performance starting 01 May 2009 through 31 Jun 2009. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP330009Q0017. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-31 effective 20 April 2009, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090115 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-12. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is 100% set-aside for small business concerns. The NAICS code applicable to this acquisition is 811310 and the small business size standard is $7 million. Service Contract Act Wage Determination Number 2005-2508, Revision Number 7, Revised on 05/29/2008 is incorporated into this combined synopsis/solicitation and any subsequent award. Prefer payment for MHE PM and remedial services with Government Procurement Card, but not mandatory to be eligible for award; however all offerors are required to be registerd through the Central Contractor Registration (www.ccr.gov) database. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The requirement consists of the following: Period of Performance May 01, 2009 through June 30, 2009 0001 Service contract to provide all personnel, equipment, tools, materials and supervision required to perform preventative maintenance on Government owned Material Handling Equipment (MHE) in accordance with (IAW) section 5.2 of the Statement of Work (SOW). Firm Fixed Price SubCLINs based on estimated quantities of PMs that may occur, but the Government does not guarantee that all PMs will occur for the period of performance. The estimated quantities are the government’s best estimate, and the contractor shall only be paid for actual preventative maintenance performed based on DDCT scheduling IAW with SOW section 5.2.1. The various MHE are located at the Defense Distribution Depot Corpus Christi, 540 First Street, Corpus Christi, TX 78419 0001AA Scooter, 3-4 Wheel, Electric Powered S/N 643047, EJON 0c0107, Mfg Cushman S/N 643221, EJON 0c0108, Mfg Cushman S/N 112050, EJON 0c0112, Mfg Taylor-Dunn Semi-Annual Service PM IAW the attached statement of work. (Item 5 on Attachments 2 & 3) Estimated Quantity 3 each at $__________ /Semi-annual PM (Firm Fixed Price) Extended Price $_________________ (Firm Fixed Price) 0001AB Warehouse Tractor, Electric Powered, SRT, 4,000 lb Drawbar Pull S/N 135211, EJON 0c0323, Mfg Taylor Semi-Annual Service PM IAW the attached Statement of Work (Item 24 on Attachments 2 and 3) Estimated Quantity 1 Each at $_____________/Semi-annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0001AC Forklift, Propane Powered, 4,000 lb, Capacity, SRT, 144-180” S/N c187g04651p, EJON 0c0470, Mfg Hyster S/N c187g04652p, EJON 0c0471, Mfg Hyster Semi-Annual Service PM IAW the attached statement of work. (Item 15 on Attachments 2 and 3) Estimated Quantity 2 Each at $_________________/Semi-Annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0001AD Forklift, Diesel Powered, 6,000 lb. Capacity, PRT, 180” S/N h177b13708w, EJON 0c0491, Mfg Hyster Semi-Annual Service PM IAW the attached statement of work. (Item 25 on Attachments 2 and 3) Estimated Quantity 1 Each at $________________/ Semi-Annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0001AE Turret Truck, Electric Powered, Wire, Guided, 2000-3000 lb capacity S/N 84342, EJON 0c0614, Mfg Narro Semi-Annual Service PM IAW the attached statement of work. (Item 14 on Attachments 2 and 3) Estimated Quantity 1 Each at $________________/ Semi-Annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0001AFForklift, Propane Powered, 4,000 lb, Capacity, PRT, 180” S/N h177b13666w, EJON 0c0494, Mfg Hyster Semi-Annual Service PM IAW the attached statement of work. (Item 16 on Attachments 2 and 3) Estimated Quantity 1 Each at $________________/ Semi-Annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0001AG Warehouse Tractor, Propane Powered, 2.6-4,000 lb Drawbar Pull S/N 10721, EJON 0c0321, Mfg Harlan Semi-Annual Service PM IAW the attached statement of work. (Item 21 on Attachments 2 and 3) Estimated Quantity 1 Each at $________________/ Semi-Annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0001AH Forklift, Diesel Powered, 15,000 lb, Capacity, PRT, 210” S/N g006v03677d, EJON 0c0429, Mfg Hyster Semi-Annual Service PM IAW the attached statement of work. (Item 27 on Attachments 2 and 3) Estimated Quantity 1 Each at $________________/ Semi-Annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0001AJ Warehouse Tractor, Electric Powered, SRT, 2,000 lb Drawbar Pull S/N 411bs03328, EJON 0c0433, Mfg Landoll Semi-Annual Service PM IAW the attached statement of work. (Item 23 on Attachments 2 and 3) Estimated Quantity 1 Each at $________________/ Semi-Annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0001AK Mission stock Selector, Electric Powered, 168-218” 3000 lb capacity, S/N a801n07418v, EJON 2b5101, Mfg Yale S/N a801n07416v, EJON 2b5102, Mfg Yale S/N 1a264988, EJON Oc1922, Mfg Crown S/N 1a265030, EJON 0c1921, Mfg Crown Semi-Annual Service PM IAW the attached statement of work. (Item 18 on Attachments 2 and 3) Estimated Quantity 4 Each at $________________/ Semi-Annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0001AL Stock Selector, Electric Powered, Wire, Guided, 1000-3000 lb capacity S/N h174n02422b, EJON 0c1931, Mfg Hyster S/N d174n02426b, EJON 0c1930, Mfg Hyster S/N 1a268563, EJON 0c1925, Mfg Crown S/N 1a268564, EJON 0c1924, Mfg Crown Semi-Annual Service PM IAW the attached statement of work. (Item 13 on Attachments 2 and 3) Estimated Quantity 4 Each at $________________/ Semi-Annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0001AM Trailer, Semi, Flatbed, Non-Powered, 25 Ton Capacity, Mfg Kalyn-Sirbert S/N 1k9f40234s1005083, EJON 0c0553 Semi-Annual Service PM IAW the attached statement of work. (Item 4 on Attachments 2 & 3) Estimated Quantity 1 Each at $________________/ Semi-Annual PM (Firm Fixed Price) Extended Price $__________________(Firm Fixed Price) 0002 Labor to perform remedial maintenance IAW 5.3 of the SOW. The number of hours shown is an estimate only. Contractor will only be paid for the actual number of hours utilized. Estimated Not-To-Exceed Hours 360 Labor Hours Per Labor Hour $_____ Extended$____________ Ceiling Price 0003 Material Costs for in support of CLIN 0002. Costs under this CLIN will include repair parts and material performed under CLIN 0002 IAW FAR 52.212-4 Alt 1 Note: CLIN 0003 will not be evaluated $14,000.00 Ceiling Price TOTAL COST $ ___________ Place of Performance: Defense Distribution Depot Corpus Christi (DDCT) Corpus Christi, TX 78419 Attachments: 1.) Statement of Work 2.) Maintenance Task Lists 3.) MHE List 4.) EMACS sample 5.) Wage Determination The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Instructions to Offerors -- Commercial, applies to this acquisition Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (e) multiple offers and (h) multiple awards. FAR 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements—Commercial Item Acquisitions 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 done on line at: www.ccr.gov. 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. 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. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items - Alternate I, 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. FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one contract to the responsible offeror whose quote represents the total overall lowest price for all CLINS. Addenda to 52.212-4; the following clauses apply: FAR 52.212-4 Contract Terms and Conditions–Commercial Items Alternate I The following paragraphs are incorporated in Full text. (D) Other Costs. Unless listed below, other direct and indirect costs will not be reimbursed. (1) Other direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: [Insert each element of other direct costs (e.g., travel, computer usage charges, etc. Insert “None” if no reimbursement for other direct costs will be provided. If this is an indefinite delivery contract, the Contracting Officer may insert “Each order must list separately the elements of other direct charge(s) for that order or, if no reimbursement for other direct costs will be provided, insert ‘None’.”] (2) Indirect Costs (Material handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price: [Insert a fixed amount for the indirect costs and payment schedule. Insert “$0” if no fixed price reimbursement for indirect costs will be provided. (If this is an indefinite delivery contract, the Contracting Officer may insert “Each order must list separately the fixed amount for the indirect costs and payment schedule or, if no reimbursement for indirect costs, insert ‘None’.”] FAR 52.204-9 Personnel Identity Verification of Contractor Personnel DFARS 252.232-7010 Levies on Contract Payments DFARS 252.246-7003 Notification of Potential Safety Issues DLAD 52.204-9000 Contractor Personnel Security FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items applies to this acquisition Additional 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 52.222-50 Combating Trafficking in Persons FAR 52.224-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration FAR 52.232-36 Payments by Third Party FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Statement is only for information only – not a wage determination Employee ClassMonetary Wage – Fringe Benefits WG-5352 Grade 10$23.72/Hr Industrial Equipment Mechanic DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.247-7023 Alt I Transportation of Supplies by Sea DFARS 252.247-7024 Notification of Transportation of Supplies by Sea Offerors responding to this announcement shall submit their quotations via FAX to Alan Noble, 717-770-7591 or e-mail to Alan.Noble@dla.mil. All quotes must be received by April 28, 2009 AT 3:00 PM EST to be considered for award. All questions concerning this acquisition should be directed to Alan Noble by phone: 717-770-4192, fax: 717-770-7591, or by email: Alan.Noble@dla.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=53ddd67550569ce3741a18b6e67a3fca&tab=core&_cview=1)
 
Place of Performance
Address: Defense Distribution Dept Corpus Christi, Corpus Christi, Texas, 78419, United States
Zip Code: 78419
 
Record
SN01798595-W 20090423/090421221728-53ddd67550569ce3741a18b6e67a3fca (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.