Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOLICITATION NOTICE

J -- MHE for DDRT - Attachments for this RFQ

Notice Date
1/12/2012
 
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
SP3300-12-Q-0022
 
Point of Contact
Michael Hayes Minto, Phone: 7177706145
 
E-Mail Address
michael.minto@dla.mil
(michael.minto@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Certification of Offeror's Accounting System Wage Determination DLA Form 1730 EMACS Statement of Work Equipment List 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. This is a Request for Quote (RFQ) and the solicitation number is SP3300-12-Q-0022. This solicitation is issued as unrestricted. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-55 effective 03 JAN 2012, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20111220 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2011-20. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. DESCRIPTION OF ITEMS: DLA Distribution Red River, Texas has a requirement for a Time and Materials contract to provide all labor, materials, tools, equipment and supervision necessary to perform unscheduled maintenance with parts on Government owned Heavy Equipment in accordance with the attached Statement of Work. The period of performance will begin 10 March 2012 to 09 March 2013. CONTRACT PRICING: CLIN 0001 and 0002 are time and material CLINs. Reference FAR 52.214-4 Alt I, the contractor shall be reimbursed for actual hours incurred only. The contractor shall not exceed the CLINs/contract ceilings without prior approval from the Contracting Officer. The price charged to the Government for a purchased part under CLINs 0002 shall be the contractor's actual costs for the item. If the contractor obtains a part at a discounted cost, the contractor shall pass the savings on to the Government. Upon request of the Government Point of Contact (POC), the contractor will be required to provide invoices and/or proof of pricing for the contractor purchased part. THE OFFEROR MUST COMPLETE THE CERTIFICATION OF THE ACCOUNTING SYSTEM FOUND IN ATTACHMENT 6. FAILURE TO PROVIDE THE CERTIFICATION WILL ELIMINATE THE OFFEROR FROM CONSIDERATION FOR AWARD. The offeror shall also provide a description of the accounting system in this quote which demonstrates the ability of the vendor adhere with the items found in the certification statement. If the offeror possesses a DCAA approved accounting system, the offeror may provide the date of approval and the cognizant DCAA office in lieu of the description required above. "The Government does reserve the right to conduct a post-award audit." WAGE DETERMINATION: This requirement is subject to the Service Contract Act. Wage Determination No. 2005-2235, Revision No. 13, dated 07 Jun 2011, is provided as Attachment 5. Contractors must be able to accept the Government Credit Card for payment. LINE ITEMS SCHEDULE OF SUPPLIES/SERVICES ESTIMATED UNIT ESTIMATED CLIN DESCRIPTION QUANTITY U/I PRICE TOTAL 0001 On-Call 500 HR tiny_mce_marker__________ tiny_mce_marker___________ Unscheduled Maintenance Ceiling Price to be performed in accordance With attached Statement of Work for the attached List of Equipment. Period of Performance From 10 March 2012 through 9 March 2013. This will include Unscheduled Preventative Maintenance on the Terex Time and Materials CLIN Labor Category ___________________________ Direct Labor Rate per Hour $ _____________ Labor Category ___________________________ Direct Labor Rate per Hour $ _____________ 0002 Parts required 1 UN tiny_mce_marker_40,000.00_____ for the Unscheduled maintenance Ceiling Price Pricing is estimated. Contractor will only be paid For actual parts utilized. (Note: this CLIN will not Be part of the evaluation Since the amount of this CLIN is determined by the Government). Period of Performance From 10 March 2012 through 9 March 2013. Time and Materials CLIN TOTAL FOR CLIN 0001 tiny_mce_marker_______________________ The quantities shown above are estimated only. They represent the Government's best known estimated quantity. If the Government's requirement do not result in the quantity described as estimated; such event shall not constitute the basis for an equitable price adjustment under this contract. Payment will only be for the actual quantities provide to the Government at the prices specified. COMPANY NAME: _________________________________ CAGE CODE: _________________________________ POC NAME: _________________________________ POC PHONE: _________________________________ Service to be performed at: DLA DISTRIBUTION RED RIVER, TEXAS.TEXARKANA, TX 75507-5000 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. CONTRACT CLAUSES FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010), Addenda to 52.212-4; the following clauses apply: FAR 52.212-4 Alternant 1 (OCT 2008), Fill in for (e) (1) (iii) (D) is "NONE". Fill in for (i) (1) (ii) (D) (1) is "NONE". Fill in for (i) (1) (ii) (D) (2) is "(0) Zero". FAR 52.228-5 Insurance - Work on a Government Installation (JAN 1997). FAR 52.232-7 Payments under Time-and-Materials and Labor-Hour Contracts (FEB 2007) FAR 52.246-3 Inspection of Supplies -- Cost-Reimbursement (MAY 2001) FAR 52.246-6 Inspection -- Time-and-Material and Labor-Hour (MAY 2001) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006). DLAD 52.228-9000 Insurance (NOV 2011): (a) The Contractor shall, at its own expense, provide and maintain during the entire period of any resulting contract, including any extensions granted by contract modification, at least the kinds and minimum amounts of insurance noted here: (1) Workers' Compensation and Employer's Liability - $150,000 (except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (2) General Liability- $500,000 per occurrence (3) Automobile Liability - Property damage $20,000 per occurrence, bodily injury $200,000 per person and $500,000 per occurrence. (b) When requested by the Contracting Officer, the Contractor shall provide a copy of all subcontractors' proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. (End of clause) INSTRUCTION FOR PAYMENT BY GOVERNMENT PURCHASE CARD This contract/order will be paid by Government purchase card. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". (End of Clause) SUBMISSION OF SERVICE/DELIVERY SLIPS Service verification slips must be delivered to the Technical POC/Contracting Officer's Representative (COR) following each on-site visit. Verification slips shall include the contract number, person's name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment. (End of Clause) MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. (End of Clause) The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (JAN 2012) in paragraph (b) The following clauses apply: FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011). FAR 52.219-28 Post Award Small Business Program Representation (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 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-41 Service Contract Act of 1965, as Amended (NOV 2007). FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-7 Payment Under Time and Materials and Labor-Hour Contracts (FEB 2007) FAR 52.232-36 Payment by Third Party (FEB 2010) FAR 52.243-3 Changes - Time and Material or Labor-Hours (SEP 2000) FAR 52.246-6 Time and Material and Labor-Hours (MAY 2001) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (DEC 2011) The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.225-7036 Buy American Act-Free Trade Agreement-Balance of Payments Program ALT I (OCT 2011) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989). 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 identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were 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 -- Fringe Benefits Heavy Equipment Mobile Mechanic $20.91 per hour (WG-5803-10, Step 1) (End of Clause) The FAR and DFARS clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at: http://www.farsite.hill.af.mil ATTACHMENTS Attachment 1 - Equipment List Attachment 2 - Statement of Work, Equipment Preventive and Remedial Maintenance at the DLA Distribution Center Red River, Texas Attachment 3 - EMACS Maintenance Work Order Attachment 4 - Vehicle Technical Inspection, DLA Form 1730, Nov 2004 (EG) Attachment 5 - DoL Wage Determination No. 2005-2235, Revision No. 13, dated 07 Jun 2011, Attachment 6 - CERTIFICATION OF OFFEROR'S ACCOUNTING SYSTEM IAW FAR 16.104(h) Period of Performance and Line Items CLIN - 0001 Service to provide all labor required to perform unscheduled maintenance for Heavy Equipment listed on the attached Equipment List in accordance with the attached Statement of Work for DDRT for a period of one year from March 10th, 2012 to March 9th, 2013. Total Labor cost is not to exceed amount quoted per year. CLIN - 0002 Service to provide all parts required to perform unscheduled maintenance for Heavy Equipment listed on the attached Equipment List in accordance with the attached Statement of Work for DDRT for a period of one year from March 10th, 2012 to March 9th, 2013. Total Parts cost is not to exceed $40,000.00 per year. SOLICITATION PROVISIONS FAR 52.212-1 Instruction of Offerors-Commercial items 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 52.216-1 - TYPE OF CONTRACT (APR 1984) The Government contemplates award of one time and materials contract for on-call remedial maintenance services resulting from this solicitation. (End of Provision) FAR 52.216-31 Time and Materials / Labor - Hours Proposal Requirements - Commercial Items Acquisition (FEB 2007). (a) The Government contemplates award of a Time-and-Materials or Labor-Hour type of contract resulting from this solicitation. (b) The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by- (1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates or the offeror under a common control. (End of Provision) DLAD 52.233-9000 AGENCY PROTESTS (NOV 2011) 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) (NOV 2011) (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) Price Quote (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) (6) Quotes submitted shall be clearly identified as source selection sensitive and therefore include a statement at the top or bottom of each page as follows: SOURCE SELECTION INFORMATION SEE FAR 2.101 AND 3.104 (7) Certification of offeror's accounting system IAW FAR 16.104(h) (Attachment 6) 2. Price quotes must be submitted via one of the following methods by 3:00PM ET, February 17th, 2012: Email to: Michael.Minto@dla.mil ; Fax to: 717-770-7591 Attn: Michael Minto or Mail to: Defense Distribution Center, DDC-AB, ATTN: Michael Minto, 2001 Mission Drive Building 404, New Cumberland, PA 17070. PLEASE NOTE: ALTHOUGH NOT REQUIRED, EMAIL IS THE PERFERRED METHOD FOR SUBMISSION OF QUOTES. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-866-606-8220 or via the internet at www.bpn.gov. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999). The Government intends to evaluate quotes in response to this quotation and will award one time and material contract to the responsible offeror whose quote represents the total overall lowest price. (Note: CLIN 0002 is a set amount with a ceiling price of $40,000.00 based on the Governments best estimation of previous usage. This amount is set for this acquisition and will not be used in the evaluation of pricing for award).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0022/listing.html)
 
Place of Performance
Address: DLA Distribution Red River, Texas, Texarkana, Texas, 75507, United States
Zip Code: 75507
 
Record
SN02653811-W 20120114/120112234723-ccadaf6b522f2f5b73af669454e79188 (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.