Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOLICITATION NOTICE

J -- REPAIR OF GROVE 40 TON MOBILE CRANES FOR DLA DISTRIBUTION TOBYHANNA PA - STATEMENT OF WORK FOR RFQ SP330011Q0088

Notice Date
3/14/2011
 
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, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-11-Q-0088
 
Point of Contact
DANIEL L HERRING, Phone: 717-770-6030, JONI L. STEPHENS, Phone: 717-770-5912
 
E-Mail Address
daniel.herring@dla.mil, JONI.STEPHENS@DLA.MIL
(daniel.herring@dla.mil, JONI.STEPHENS@DLA.MIL)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK FOR RFQ SP330011Q0088 Synopsis SB3300-1042-1004 for Repair of Grove 40 Ton Mobile Cranes was synopsized as a sole source requirement on 16 February 2011. Contractors with the capability to perform the repairs have been discovered; therefore, SB3300-1042-1004 will be cancelled and solicited as a competitive Combined Synopsis/Solicitation under SP3300-11-Q-0088. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of the Federal Acquisition Regulation (FAR), 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 Quote (RFQ) and the solicitation number is SP3300-11-Q-0088. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-48 effective 31 Jan 2011; Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20110302 (Effective 02 Mar 2011) edition; and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-40. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is Unrestricted. DLA Distribution has a requirement for the repair of two (2) Grove 40 Ton Truck Mounted Mobile Cranes located at DLA Distribution Tobyhanna PA. Repairs will be performed at the contractors' facility. Offerors are requested to quote a firm fixed price to provide all labor, materials, equipment, tools, supplies and transportation required to perform the repairs in accordance with the Statement of Work (SOW) attached to this solicitation. The firm fixed price must include all costs associated with transportation services to and from DLA Distribution Tobyhanna PA and the repair facility, including all necessary over-the-road permits. The required time frame to perform and complete all repairs identified in the SOW is thirty (30) days after the date of contract award. Pickup and Delivery shall be coordinated with the Point of Contact (POC) at DLA Distribution Tobyhanna PA. The Service Contract Act applies to this requirement. The resulting contract will include the Service Contract Act Wage Determination that applies to the location where the repairs will be performed. Service Contract Act Wage Determinations may be accessed at http://www.wdol.gov/. Offerors may contact the DLA Distribution Contract Specialist identified below for assistance in obtaining the Service Contract Act Wage Determination that applies to the proposed repair location. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. PREFERRED METHOD OF PAYMENT IS BY GOVERNMENT CREDIT CARD: DO YOU ACCEPT A CREDIT CARD FOR PAYMENT? YES _____ NO _____ 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. The following FAR, DFARS and DLAD clauses and provisions apply to this acquisition: FAR 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. 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 CLIN(S). (4) Proposed time frame to perform and complete all repairs identified in the SOW. (5) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). (7) Past performance information from three (3) sources that clearly indicate that offeror has satisfactorily performed crane troubleshooting and repair services on the same or similar equipment commercially or for the Government within the past three (3) years (refer to FAR 13.106-2 Evaluation of Quotations or Offers below). 2. 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. FAR 13.106-2 Evaluation of Quotations or Offers: The Government intends to award one purchase order as a result of this Request for Quote. Award will be based on the total overall lowest price quoted which meets the technical acceptability standards. The following criteria shall be used to establish technical acceptability: Submittal by the offerors of past performance information from three (3) sources that clearly indicate they have satisfactorily performed crane troubleshooting and repair services on the same or similar equipment commercially or for the Government within the past three (3) years. This information shall include the following: a. Contract Number b. Point of Contact c. Telephone Number d. Dollar Amount of Contract e. Brief description of product repaired The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contacts, government systems, and other government agencies. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination (NOV 1991) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (JAN 2011). In paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Veterans (SEP 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-37 Employment Reports on Veterans (SEP 2010) FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEP 2010) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.232-36 Payment by Third Party (FEB 2010) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) In paragraph (c) the following clauses apply: FAR 52.222-41 Service Contract Act of 1965 (NOV 2007) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) This statement is for Information Only, it is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Heavy Equipment Mechanic - WG-10 $20.23 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011). The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) w/Alternate III (MAY 2002) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) Offerors responding to this announcement shall submit their quotations via FAX to: Dan Herring, 717-770-7591 or e-mail to daniel.herring@dla.mil, or Joni Stephens, fax 717-770-7591 or email to joni.stephens@dla.mil. All quotes must be received by APRIL 1, 2011 AT 4:00 PM EDT to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-Q-0088/listing.html)
 
Place of Performance
Address: CONTRACTOR'S REPAIR FACILITY, United States
 
Record
SN02400187-W 20110316/110314234413-a2f99d44837dae4433cb123851ddb82a (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.