Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SPECIAL NOTICE

81 -- Solicitation for 5 each 40' Cargo Containers with insulation and basic HCVAC systems installed in all 5 containers.

Notice Date
9/12/2011
 
Notice Type
Special Notice
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124711R0033
 
Archive Date
9/11/2012
 
Point of Contact
Kelli J. Kulhanek, 910-908-1918
 
E-Mail Address
MICC Center - Fort Bragg
(kelli.kulhanek@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W9124711R0033 Notice Type: Combined Synopsis/Solicitation 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; quotes are being requested and a written solicitation will not be issued. (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. (ii)This solicitation document, W91247-11-R-0033, is issued as a Request for Quote (RFQ) for the procurement of 5 each 40' Cargo Containers with the installation of insulation and basic HVAC system in all 5 containers for the HHD, 3rd GSG, 3rd SFG(A) at Fort Bragg, North Carolina. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, Effective 6 March, 2011. (iv) Notice of Total Small Business Set-Aside. This solicitation is a total small business set aside. Quotes received from other than small business concerns will not be considered. The associated NAICS code is 332439, Other Metal Container Manufacturing, with size standard of 500. (v) This requirement is for the procurement of 5 each 40' Cargo Containers with the installation of insulation and basic HVAC system in all 5 containers for the HHD, 3rd GSG, 3rd SFG(A) at Fort Bragg, North Carolina as specified in the attached Statement of Work (Technical Exhibit A). (vi) The requirement shall be Firm Fixed Price (FFP). ( vii) Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (viii)Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (ix)Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the most advantageous to the Government, price and other factors considered. Addendum to 52.212-1 Instructions to Offerors--Commercial Items JUN 2008: The submission content is as follows and must be submitted and arranged in the sequential order listed below: 1. Acknowledgment of Solicitation Amendments. The offeror must submit a statement to acknowledge solicitation amendments, if applicable. 2. Schedule of Pricing. The quoter must submit a quoted price for Contract Line Item Numbers (CLIN) 0001. 3. Representations and Certifications, FAR clause 52.212-3 Alt I and DFARS clause 252.212-7000. The offeror must complete and submit the required representations and certifications. 4. The apparent low quoter must submit performance and banking information at the request of the Contracting Officer. This information will be used to determine that the contractor can meet the minimum standards for responsible contractors as defined in Federal Acquisition Regulation (FAR) 9.104-1. a.Past Performance. At the request of the Contracting Officer, the apparent low quoter must submit at least three (3) but no more than five (5) past performance references for recent and relevant contracts performed within the past three (3) years for the same or similar items required under the solicitation. Contracts may include those with federal, state and local Government as well as private companies. References must be of comparable magnitude and similar in nature to the work required under this solicitation. Each reference must include the following information: -Contract Number and contract dollar value, -The contract period of performance, -A brief description of the contract requirements, -The contract point of contact, telephone number, and facsimile number. b.Banking Information. At the request of the Contracting Officer, the apparent low quoter must submit the name and address of the quoter's bank or financial institution, and the name, title, and telephone number of the quoter's point of contact. The banking information may be used, in part, to determine responsibility. The Government may request information from the quoter's financial institution to determine that the quoter has adequate financial resources, or the ability to obtain the resources, to perform the contract requirements. The apparent low quoter should submit a statement authorizing the financial institution to release applicable information. (x)Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote 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: Price, Technical Capability, and Responsibility: As Authorized under FAR Subpart 13.5, Test Procedures for Certain commercial Items, simplified procedures will be used to evaluate offer and award this requirement. Proposed price will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. The Government will review the contractor's technical certifications to ensure that it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to successfully perform the requirement. The Government intends to award this procurement based on the contractor's responsibility, an acceptable technical plan, and determination of a fair and reasonable price. (xi)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offfers are to include a completed copy). The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xii)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4 Contract Terms and Conditions--Commercial Items Jun 2010: 1. INSURANCE REQUIREMENTS: The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, "Insurance--Work on a Government Installation." KIND:AMOUNT: Workmen's Compensation and Amount required by the State in which this contract Occupational Disease Insurance is performed Employer's Liability Insurance$100,000 Comprehensive General Liability$50,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability$200,000 per person $500,000 per occurrence for Bodily Injury and $20,000 per occurrence for Property Damage NOTE: Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The Contractor shall provide proof of insurance before commencing work under this contract. Note: Certificate of Insurance shall reference the contract number. 2. FEDERAL HOLIDAYS: The following days are legally recognized holidays: New Year's Day1 January Martin Luther King Jr.'s Birthday3rd Monday in January President's day3rd Monday in February Memorial DayLast Monday in May Independence Day4th of July Labor Day1st Monday in September Columbus Day2nd Monday in October Veteran's Day11th of November Thanksgiving Day4th Thursday in November Christmas Day 25 December When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the proceeding Friday is observed as a legal holiday. This list of holidays relates to Government duty days and is not intended to supplement or otherwise alter the provisions of any Wage Determination regarding applicable paid holidays. In addition to the days designated as holidays, the Government observes the following days: -Any other day designated by federal statute -Any other day designated by Executive Order 3. INVOICING AND PAYMENTS (WIDE AREA WORK FLOW (WAWF): (a)All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. (b)The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line item numbers (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. (c)An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. (d)The following codes will be required to route receiving reports and invoices correctly through WAWF. CONTRACT NUMBER:TBD TYPE OF DOCUMENT:COMBO CAGE CODE:TBD ISSUE BY DODAAC:W91247 ADMIN DODAAC:W91247 INSPECT BY DODAAC:TBA SERVICE ACCEPTOR/SHIP TO:TBA LOCAL PROCESSING OFFICE:W91247 PAY OFFICE DODAAC:TBD 4. CONTRACT ADMINISTRATION: The Contract Administration Team can be changed by written notice to the Contractor and currently consist of the following members/individuals: (a) The Contracting Officer will be assigned from the Mission Contracting Office (MCO) Fort Bragg, North Carolina.; The Contractor will be provided the names of responsible personnel upon contract start and any time personnel change. (b) A Contract Specialist will be assigned from the Mission Contracting Office (MCO) Fort Bragg, North Carolina., serving in the capacity of Contract Administrator. (c) Individuals from the requiring activity serving in the capacity of Contracting Officer's Representative (COR) or Alternative Contracting Officer's Representative (ACOR). 5. POST-AWARD CONFERENCE: (a) Prior to the Contractor starting work, a post award conference (as described in FAR Subpart 42.5), will be convened by the Mission Contracting Office (MCO) Fort Bragg, North Carolina. The Contractor's Project Manager shall attend the conference. If the contract involves subcontractors, a representative of each major subcontractor shall also attend. (b) The Contracting Officer and the Contractor will agree to the date, time, and location of the conference after contract award. In event of a conflict in schedules, the Contracting Officer shall establish the date for the conference. 6. WAGE DETERMINATION: Wage Determination No.: 2005-2393, revision 11 dated 15 June 2011 applies to this contract. Current Wage Determination may be downloaded from the following website: http://www.wdol.gov/wdol/scalfiles/std/05-2393-txt (End of Addendum) (xiii)Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil): 52.203-6, Restrictions on Subcontracting Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for federal Employees; 52.222-50, Combating Trafficking in Persons; 52.2223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.227-1, Authorization and Consent; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/, 52.252-2 Clauses Incorporated by Full Text (website provided http://farsite.hill.af.mil). (xv) The following DFAR clauses apply to this acquisition: DFARS 252.204-7004, Alternate A Central Contractor Registration; DFARS 252.211-7003, Item Identification Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.227-7015, Technical Data - Commercial Items. Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023, Transportation of Supplies by Sea. (xvi)Additionally the following clauses are added to this combined synopsis/solicitation and considered applicable to this acquisition: 5152.209-4000, DoD Level Antiterrorism (AT) Standards (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 Officers 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. 5152.233-4000, AMC-Level Protest Program 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 33.103. 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 Chapel 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. (xvii) Submission of proposals shall be forwarded by Thursday, September 22, 2011 at 2:00 PM EDT. Offerors shall provide a quote using the pricing schedule provided in Appendix 1 of this combined synopsis/solicitation. (xviii) Submission of Quotes: Quotes shall be forwarded to Contract Specialist, CPT Kelli J. Kulhanek via email to: kelli.kulhanek@us.army.mil and the Contracting Officer, Mrs. Anna Walker at anna.walker@us.army.mil. Facsimile submission will not be accepted. (xix)The point of contact (POC) for this acquisition is CPT Kelli J. Kulhanek. She may be reached at 910-908-1918 or via email at kelli.kulhanek@us.army.mil. (xx)A detailed requirement description is attached. STATEMENT OF WORK PERFORMANCE WORK STATEMENT Climate Controlled Containers 6 Sep 2011 1. GENERAL. 1.1. SCOPE. The purpose of this contract is to purchase five Climate Controlled Containers with associated equipment items as listed in paragraph 5.1.2 for the 3d Special Forces Group (Airborne) Consolidated Rigger Facility. The Contractor shall provide the listed equipment with no substitutions authorized (see chart listing equipment in para 5.1.2). This contract includes a Manufacturer's warranty for the items. The Contractor will perform other requirements as defined in this Performance Work Statement (PWS), and in accordance with all other terms and conditions. The Contractor shall perform to the standards in this contract. BACKGROUND INFORMATION. The 3d Special Forces Group (Airborne) Consolidated Rigger Facility requires these containers for storage of new fielded equipment (MC-6 Parachutes). These storage containers will store life support equipment in a maintenance and Ready for Issue Status. These storage upgrades will also bring the CRF within the guidelines of TM 38-400 and security guidelines outlined in CH3 of AR 190-51. The Oxygen Equipment will meet security / storage requirements outlined in T.O. 15X-1-1. Personal parachutes must meet regulations set forth in AR 750-1 with additional instruction in TM 10-1670-327-23&P, which means climate controlled storage. 1.3. SAFETY REQUIREMENTS. N/A 2. DEFINITIONS. 2.1. STANDARD DEFINITIONS. 2.1.1. Contracting Officer. A person duly appointed with the authority to enter into and administer contracts on behalf of the Government. 2.1.2. Contracting Officer's Representative (COR). An individual designated by the Contracting Officer to act as his/her representative to assist in administering a contract. The source and authority for a COR is the Contracting Officer and limitations of a COR are contained in the written letter of designation. 2.1.3. Defective Service. A service output that does not meet the standard of performance associated with it in the requirements of this contract. 2.1.4. Government Property. All property owned or leased to the Government or acquired by the Government under the terms of the contract. Government property includes both Government-furnished property and Contractor-acquired property as defined in FAR 45.101. 2.1.5. Quality Assurance Evaluator (QAE). A Government person responsible for surveillance of Contractor performance. 2.1.6. Quality Control (QC). Those actions taken by a Contractor to control the performance of services so that they meet the requirements of the PWS. 2.2. ABBREVIATIONS: CLINContract Line Item Number CORContracting Officer's Representative FARFederal Acquisition Regulation NLTNot Later Than OSHAOccupational Safety and Health Act POCPoint of Contact PWSPerformance Work Statement QAEQuality Assurance Evaluator QCQuality Control TETechnical Exhibit 3. GOVERNMENT-FURNISHED EQUIPMENT: None. 4. CONTRACTOR-FURNISHED EQUIPMENT: The Contractor shall furnish all listed Equipment with no substitutions (see para 5.1.2). 5. SPECIFIC ITEMS TO BE PROVIDED BY CONTRACTOR 5.1. GENERAL. The Contractor shall be responsible for procuring and delivering the equipment listed below: 5.1.2. SHIPPING ADDRESS. 3D Special Forces Group (Airborne) ATTN: SFC Clarence Raby SSA, 3d Special Forces Group (Airborne), Building H-5786 Fort Bragg, North Carolina 28310-5000 Ext (910) 432-4421 or Ext (910) 396-4977 ITEMS TO BE PROVIDED: CLIN DISCRIPTIONQTY 140' cargo container, new/one top, wind and water tight, good floor, good seals on the doors, good roof, original paint from shipping line. Sold as is no warranties after the inspection and acceptance of the containers. Ground level delivery onto FT Bragg, NC 5 2Install insulation on 40' containers5 3Install basic HVAC system5 5.1.3. The Contractor shall furnish the COR the following at the Post Award Conference: One voice telephone number One E-Mail address One fax telephone number 5.1.4. The Contractor shall immediately report any change in any of the telephone numbers or E-Mail address to the COR and the Contracting Officer. 5.1.5. The Government retains the right to modify and/or cancel any given order in writing prior to work commencing on the affected portion(s) of the order. 6. INSPECTION AND ACCEPTANCE. The COR, or individual designated to accept the equipment will inspect the equipment and will identify to the Contractor any deficiencies. The Contractor shall correct such deficiencies on the spot when possible or coordinate with the manufacturer for the replacement of broken or replacement of equipment in the event the wrong parts are delivered at the contractor's expense. The COR or his designee shall indicate acceptance of completed work by signing the delivery invoice, first annotating on it any significant damage or missing/wrong items. The Contractor shall coordinate with the COR or his designee to arrange a time for inspection and acceptance of each item. The COR or his designee will make himself available to perform this task within five working days of the request by the Contractor, unless otherwise mutually agreed. If requested by the COR, the Contractor shall arrange a specific time for inspection and acceptance of deliveries.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/60e19fddd3ef1e200511acb29e212d78)
 
Record
SN02571908-W 20110914/110912235507-60e19fddd3ef1e200511acb29e212d78 (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.