Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

J -- Quarterly Preventative Maintenance on Kitchen Equipment

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
0010084275A
 
Response Due
9/28/2011
 
Archive Date
11/27/2011
 
Point of Contact
Jorge L. De Leon, 703-428-1098
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(jorge.deleon@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 resolicitation of 0010084275. This solicitation has changed from a small business set aside to full and open. The solicitation number is 0010084275A and is issued as a Request for Proposal (RFP). Under this requirement, the Army Contracting Command--National Contract Region (ACC-NCR) intends to award a commercial, firm fixed price contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and DFARS Change Notice 20110819. The applicable North American Industry Classification Standard (NAICS) code is 811310. The small business size standard is $7,000,000. This acquisition is a small business set aside. ACC-NCR intends to purchase service maintenance, which will be performed quarterly as to reduce the probability of equipment failure on a continuous basis. The Quarterly Performance Check is one scheduled visit a quarter for each piece of equipment. Some of the equipment items located in the dining facility include refrigerators, toasters, reach in coolers, food warming cabinets, deep fat fryers, and ice machines. The Performance Work Statement (PWS) attached describes the requirement. The Government intends to award a non-personal services contract resulting from this combined synopsis/solicitation. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: the Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and whose proposal will be most advantageous to the Government based on Lowest Price Technically Acceptable. Contractors shall submit a technical proposal that demonstrates their ability to meet the solicitation requirements. The technical proposal should include all the information you want the Government to evaluate regarding your capability to perform the required tasks. This can include personnel skills and experience, descriptions of qualifications, demonstrated understanding of the tasks required, past performance and experience, and any other pertinent information. The technical proposal page limit shall be no more than 20 pages. All technical proposal submittals will be evaluated on overall technical acceptability to meet the PWS requirements. Except for communications conducted for the purpose of minor clarifications, the Government intends to evaluate proposals and award a contract without discussions. Since award will be based on initial responses, offerors are highly encouraged to propose your most advantageous pricing in your initial proposal response. All proposals that meet the criteria contained within will be considered. For price evaluation, the Government will evaluate proposals for award purposes by adding the total price for all options to the total price for the basic requirement. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods as shown in the CLIN listing below. Offerors shall not submit a price for the potential six month extension of services period. The Government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. The following CLINs shall be priced in the proposal submitted: Year 1 CLIN 0001 - Labor to provide the services described in the PWS Firm Fixed Price Unit Price (Month): $ Qty: 12 months Total Price (12 Months): $ Period of Performance: 1 year Year 1 CLIN 0002 Contractor Manpower Reporting Firm Fixed Price Qty: 1 Lot Unit Price: $ Total Price - $ Period of Performance - 1 year Year 2 Option CLIN 1001 - Labor to provide the services described in the PWS Firm Fixed Price Unit Price (Month): $ Qty: 12 months Total Price (12 Months): $ Period of Performance: 1 year Year 2 Option CLIN 1002 Contractor Manpower Reporting Firm Fixed Price Qty: 1 Lot Unit Price: $ Total Price - $ Period of Performance - 1 year Year 3 Option CLIN 2001 - Labor to provide the services described in the PWS Firm Fixed Price Unit Price (Month): $ Qty: 12 months Total Price (12 Months): $ Period of Performance: 1 year Year 3 Option CLIN 2002 Contractor Manpower Reporting Firm Fixed Price Qty: 1 Lot Unit Price: $ Total Price - $ Period of Performance - 1 year Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt 1 Offeror Representations and Certifications Commercial Items, Alternate I with their offer. Also in accordance with the clause, all prospective offerors must be actively registered in the Central Contractor Registration prior to award. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies, with the following clauses also applicable. 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-40 Notification of Employee Rights under the National Labor Relations Act 52.222-41 Service Contract Act of 1965 - Service Contract Act Wage Determination # 2005-2103 (REV 11) dtd 6/13/2011 applies 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identified the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they are employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage w/Fringe Benefits WG-08 Maintenance Worker $24.41 * Ten paid holidays Paid annual leave (vacation) of two hours each week for employees with less than three years of service, three hours each week for employees with three years but less than fifteen years of service, and four hours each week for employees with fifteen or more years of service. 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) Sep 2009 52.223-12 Refrigeration Equipment and Air Conditioners 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act-Supplies 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Other FAR/DFARS provisions/clauses are incorporated by reference and include: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DAFRS 252.225-7035, Buy American Act - Free Trade Agreements -- Balance of Payments Program Certificate DFARS 252.225-7036, Buy America Act-Free Trade Agreements -- Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests, and receiving reports. DFARS 252.232-7010, Levies on Contract Payments Interested firms may identify their interest and capability to respond to the requirement and submit a proposal. All responsible sources that submit an offer will be considered. Proposals are due NLT 12 noon Eastern Standard Time on 09/28/2011. All quote information shall be provided on, or formatted to standard size (8" x 11.5" or 8.5" x 11") paper, to the maximum extent possible. Electronic quotes provided via e-mail shall be submitted in Microsoft Word, Excel format, or Adobe Acrobat (.pdf). WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6." Please submit all proposals by email to Jorge De Leon at Jorge.Deleon@us.army.mil and Ms Carol Estes at Carol.Estes@conus.army.mil. If you have questions, please contact Jorge De Leon via email or telephone (703) 428-1098 or Ms Carol Estes at Carol.Estes@conus.army.mil (703) 428-0418 Place of Performance: The work to be performed under this contract will be performed at the Pentagon, Washington D.C. in the AREDF kitchen spaces located in rooms 3D558 and 3D716. Defense Priorities and Allocations System (DPAS) rating, if applicable: N/A Further details regarding the requirement can be found in the attached PWS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33ceec4b8bb0b2ad126c673a644419c7)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02593624-W 20110928/110927000700-33ceec4b8bb0b2ad126c673a644419c7 (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.