Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

J -- Maintenance and repair of material handling equipment.

Notice Date
3/20/2012
 
Notice Type
Cancellation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018912Q1166
 
Response Due
3/26/2012
 
Archive Date
3/27/2012
 
Point of Contact
Dennis Bilger 215-697-9626
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under FAR PART 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-12-Q-1166. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-57 and DFARS Change Notice 2012-0312. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811310 and the Small Business Standard is $7.0M. This is a Small Business/Small Purchase action. The NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office requests responses from qualified sources capable of providing the services described in the attached Section B Schedule and Performance Work Statement. The period of performance is June 1, 2012 through May 31, 2013 (Base Period) and June 1, 2013 through May 31, 2014 (Option I). The place of performance is NAVSUP Weapon Systems Support Activity in Mechanicsburg, PA. Since these services require a four hour response time, quotes will only be accepted from Small Business entities located within a 100 mile radius of Mechanicsburg, PA. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-7 Central Contractor Registration 52.209-5 Certification Regarding Responsibility Matters 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.222-41 Service Contract Act of 1965 Wage Determination WD 05-2447 (Rev 12) applies to this requirement 52.222-42 Statement of Equivalent Rates Employee Class “ Heavy Equipment Mechanic Monetary Wage/Fringe Benefits “ WG-9 52.215-5 Facsimile Proposals 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.233-2 Service of Protest 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Requests for Equitable Adjustment 252.232-7010 Levies on Contract Payments The following is a local clause that will be incorporated into any resultant contract or purchase order: NAVSUP “ 5252.232-9402 Wide Area Work Flow (WAWF) This announcement will close at 4:00 PM (local time) on March 26, 2012. Contact Dennis Bilger who can be reached at 215-697-9626 or email dennis.bilger@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. The relative importance of the factors is as follows [past performance is more important than price.] The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. The Government reserves the right to award the contract to other than the lowest priced quoter. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Attachments:1.) Section B Schedule 2.) Performance Work Statement 3.) Forklift Inventory 4.) Test Requirements for SPS Material Handling Equipment “ Forklifts 5.) Forklift Condition Inspection Record ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018912Q1166/listing.html)
 
Place of Performance
Address: NAVSUP WSS Activity, Mechanicsburg, PA
Zip Code: 17055
 
Record
SN02701217-W 20120322/120320235954-9841ca7cbca5ba1f5443a30c782d4301 (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.