Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2011 FBO #3542
SOLICITATION NOTICE

26 -- TIRE RETREADING/REMOLDING/REPAIR OF PNEUMATIC TIRES - FORT LEONARD WOOD, MO

Notice Date
8/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326212 — Tire Retreading
 
Contracting Office
MICC - Fort Leonard Wood, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S7-11-R-0024
 
Response Due
8/18/2011
 
Archive Date
10/17/2011
 
Point of Contact
Ashley Jenkins, 573-596-0250
 
E-Mail Address
MICC - Fort Leonard Wood
(ashley.m.jenkins2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 combined synopsis/solicitation for commercial goods 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 (formal) solicitation will not be issued. This solicitation is issued as a Request for Proposal (RFP), solicitation number W911S7-11-R-0024, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-53, Effective 4 August 2011. The North American Industrial Classification System (NAICS) number is 326212 and the small business size standard is 500 employees. This buy is 100% small business set-aside. All responsible sources may submit a quote, which if received timely, will be considered by the ICO FLW, Fort Leonard Wood, MO. The resultant award will be a requirements contract, which Delivery Orders will be issued from. Delivery Orders are paid via Government Purchase Card; see 52.232-36 Third Party Payment. Please read and comply with all requirements for submitting a proposal. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. The Transportation Command at Fort Leonard Wood, MO has a requirement for tire retreading/remolding. Tires to be retread or repaired will be tubeless type bias and radial ply casings used on medium duty, heavy duty trucks, industrial and off-road equipment. The full Performance Work Statement and Quality Assurance Surveillance Plan are attached hereto. Please note that this requirement involves the physical pick-up of the tires to be taken back to the contractor's facility for repair and return to FLW. REQUIREMENTS FOR PROPOSAL Prices quoted must be Firm-Fixed price to include shipping and handling charges based on F.O.B Destination. This acquisition is subject to the Service Contract Act of 1965. Therefore prevailing wages apply. Please see the attached Wage Determination for appropriate pricing of applicable labor. Provide pricing for each of the following line items: CLIN Description Qty Unit Unit Price Extended Price 0001 10.00x20 Retread 115 Each $_________$__________ 0002 11.00x22.5 Retread 500 Each $_________$__________ 0003 29.5x29 Retread 15 Each $_________$__________ 0004 13.00x24 Retread 200 Each $_________$__________ 0005 37.-12.50Rx16.5 Remold 100 Each $_________$__________ 0006 395/85R20 75 Each $_________$__________ 0007 16.00Rx20 100 Each $_________$__________ 1001 10.00x20 Retread (Option Year 1) 115 Each $_________$__________ 1002 11.00x22.5 Retread (Option Year 1) 500 Each $_________$__________ 1003 29.5x29 Retread (Option Year 1) 15 Each $_________$__________ 1004 13.00x24 Retread (Option Year 1) 200 Each $_________$__________ 1005 37.-12.50Rx16.5 Remold (Option Year 1)100 Each$_________$__________ 1006 395/85R20 (Option Year 1) 75 Each$_________$__________ 1007 16.00Rx20 (Option Year 1) 100 Each$_________$__________ 2001 10.00x20 Retread (Option Year 2) 115 Each$_________$__________ 2002 11.00x22.5 Retread (Option Year 2) 500 Each$_________$__________ 2003 29.5x29 Retread (Option Year 2) 15 Each$_________$__________ 2004 13.00x24 Retread (Option Year 2) 200 Each$_________$__________ 2005 37.-12.50Rx16.5 Remold (Option Year 2)100Each$_________$__________ 2006 395/85R20 (Option Year 2) 75 Each$_________$__________ 2007 16.00Rx20 (Option Year 2) 100 Each$_________$__________ TOTAL PRICE $_________________ Period of Performance: Base Year: 2 September 2011 - 1 September 2012 Option Year 1: 2 September 2012 - 1 September 2013 Option Year 2: 2 September 2013 - 1 September 2014 The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their proposal on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, cage code, DUNS number, tax identification number, size of business. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Proposals must be received no later than 1:00 pm Central Standard Time, 18 August 2011 at MICC/DOC, Attn: Ashley Jenkins, 561 Iowa Ave Bldg 606, Fort Leonard Wood, MO 65473-8956. Quotes may also be submitted by e-mail to the Primary POC at Ashley.m.jenkins2@us.army.mil or by fax to 573-596-0267. Questions and responses should be addressed to the Primary POC Ashley Jenkins, Contract Specialist, MICC/DOC (573) 596-0250, Ashley.m.jenkins2@us.army.mil. Alternate POC is Gary Carr, Contracting Officer, (573) 596-0249, gary.carr@us.army.mil. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and may not be evaluated. Addenda to FAR 52.212-1, Proposal Preparation Instructions: a. The Offeror must submit data that adequately demonstrates comprehension of the Performance Work Statement. A general statement of compliance or restatement of the salient characteristics is insufficient. Offerors shall include in their proposal descriptive literature such as illustrations, drawings, or a clear reference, such as a web site to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offeror cannot comply with every requirement that offer will not be considered. b. Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination. Quotes received with FOB: Other than Destination will not be considered. SHIP TO ADDRESS: W0VL DOL FLEET EXPANSION TACOM SPT OFFICE 20W ST. AND ALABAMA AVE BLDG 950 FORT LEONARD WOOD, MO 65473-8929 c. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and its Alternate I, must be completed. Offerors are highly encouraged to complete all representations and certifications electronically on line at (http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 and its Alternate I shall be completed in hard copy and submitted with quote. The provision at FAR 52.212-2 (Jan 1999), Evaluation--Commercial Items apply to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: Award will be made on the basis of determining the technically acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Offers will be ranked first in order from lowest to highest price. The lowest price offer will then be evaluated for technical acceptability. If the lowest price offer is not considered technically acceptable then the next lowest offer will be evaluated and so on. Once an offer has been considered technically acceptable then no further offers will be evaluated. The offeror with the lowest evaluated price, technically acceptable offer will be awarded the contract. A technically acceptable offer shall include FOB Destination and meet all salient characteristics as delineated in the attached Performance Work Statement. If an offer is not technically acceptable it may not be considered. The following clauses apply to this acquisition. The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation (Jun 2007) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Aug 2007) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.232-36 Payment by Third Party 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-42 State of Equivalent Rates for Federal Hires (MAY 1989) 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (end of clause) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html applies to this acquisition. DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items (Jun 2011) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 52.203-3 Gratuities (APR 1984) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225.7001 Buy American Act and Balance of Payments Program (Jan 2009) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) (End of clause) The following clauses/provisions are incorporated by reference and apply to this acquisition: 52.204-7 Central Contractor Registration (APR 2008) 52.237-10 Identification of Uncompensated Overtime (OCT 1997) 52.246-4 Inspection of Services - Fixed Price (AUG 1996) 52.247-34 F.O.B. Destination (NOV 1991) 252.204-7004 Alt A Central Contractor Registration (SEP 2007) 5152.233-4000, AMC-Level Protest Program (Nov 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Material Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Material Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. MICC-DOC, Fort Leonard Wood Attn: Gary W. Carr 561 Iowa Ave, Bldg 606 Fort Leonard Wood, MO 65473 (End of Provision) 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (LOCAL CLAUSE) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2f30014ccd898060f9262641d63679b3)
 
Place of Performance
Address: MICC - Fort Leonard Wood Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN02521865-W 20110806/110804235039-2f30014ccd898060f9262641d63679b3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.