Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOLICITATION NOTICE

J -- DFAC Kitchen Equipment Maintenance

Notice Date
11/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
W91247-15-T-0001
 
Response Due
11/26/2014
 
Archive Date
1/6/2015
 
Point of Contact
David Williams, 9103963058
 
E-Mail Address
MICC Center - Fort Bragg
(david.a.williams17.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. COMBINED SYNOPSIS/SOLICITATION W91247-15-T-0001 DFAC Kitchen Equipment Maintenance LOGISTICS READINESS CENTER FORT BRAGG, NORTH CAROLINA (i) 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. (ii) This Solicitation document W91247-15-T-0001is issued as a Request for Quote (RFQ). (iii) This Solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-77, effective October 14, 2014. (iv) Notice of 100% Small Business Set-Aside. The associated NAICS code is 811310 with a size standard of $7.5M. This solicitation is issued under FAR Part 13.5, Test Program For Certain Commercial Items. (v) CLIN 0001 - Base Period. Kitchen Equipment Maintenance. (This CLIN is for Information Only) Provide labor, supplies, and equipment required to perform maintenance, repairs, installation, and removal of kitchen equipment in accordance with the specifications and Technical Exhibits that are included herewith or referenced herein. The contractor will provide a quote to perform all scheduled and un-scheduled maintenance outlined in TE 2, TE 5, and PWS on a Firm Fixed Price basis. CLIN 0001 AA - Scheduled/Unscheduled Maintenance. Provide labor, supplies, and equipment required to perform scheduled/unscheduled maintenance of kitchen equipment in buildings 0-1900, 3-2543, A-3556, A-4595, 3-5103, 2-5112, 4-1832, B-1732, C-9453, D-3624, H-4842, M-5530, E-4325, X-3429, and T-3467 in accordance with attached PWS. Quantity: 12 Unit of Issue: MTHS Unit Price: ____________ extended price: __________. FFP CLIN 0001 AB - Parts Reimbursement. Allocation for parts and materials utilized in performance of CLIN 0001 AA. Contractor shall invoice for reimbursement in accordance with PWS. Profit is not authorized for this CLIN. Quantity: 1 Unit of Issue: JOB Unit Price: $180,000.00 NTE. Cost-Reimbursable CLIN 0001 AC - Contract Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. Quantity: 1 Unit of Issue: EA Unit Price: _______ CLIN 1001 - Option 1. Kitchen Equipment Maintenance. (This CLIN is for Information Only) Provide labor, supplies, and equipment required to perform maintenance, repairs, installation, and removal of kitchen equipment in accordance with the specifications and Technical Exhibits that are included herewith or referenced herein. The contractor will provide a quote to perform all scheduled and un-scheduled maintenance outlined in TE 2, TE 5, and PWS on a Firm Fixed Price basis. CLIN 1001 AA - Scheduled/Unscheduled Maintenance. Provide labor, supplies, and equipment required to perform scheduled/unscheduled maintenance of kitchen equipment in buildings 0-1900, 3-2543, A-3556, A-4595, 3-5103, 2-5112, 4-1832, B-1732, C-9453, D-3624, H-4842, M-5530, E-4325, X-3429, and T-3467 in accordance with attached PWS. Quantity: 12 Unit of Issue: MTHS Unit Price: ____________ extended price:_________. FFP CLIN 1001 AB - Parts Reimbursement. Allocation for parts and materials utilized in performance of CLIN 1001 AA. Contractor shall invoice for reimbursement in accordance with PWS. Profit is not authorized for this CLIN. Quantity: 1 Unit of Issue: JOB Unit Price: 187,000.00 NTE. Cost-Reimbursable CLIN 1001 AC - Contract Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. Quantity: 1 Unit of Issue: EA Unit Price: _______ CLIN 2001 - Option 2. Kitchen Equipment Maintenance. (This CLIN is for Information Only) Provide labor, supplies, and equipment required to perform maintenance, repairs, installation, and removal of kitchen equipment in accordance with the specifications and Technical Exhibits that are included herewith or referenced herein. The contractor will provide a quote to perform all scheduled and un-scheduled maintenance outlined in TE 2, TE 5, and PWS on a Firm Fixed Price basis. CLIN 2001 AA - Scheduled/Unscheduled Maintenance. Provide labor, supplies, and equipment required to perform scheduled/unscheduled maintenance of kitchen equipment in buildings 0-1900, 3-2543, A-3556, A-4595, 3-5103, 2-5112, 4-1832, B-1732, C-9453, D-3624, H-4842, M-5530, E-4325, X-3429, and T-3467 in accordance with attached PWS. Quantity: 12 Unit of Issue: MTHS Unit Price: ____________ extended price: ___________. FFP CLIN 2001 AB - Parts Reimbursement. Allocation for parts and materials utilized in performance of CLIN 2001 AA. Contractor shall invoice for reimbursement in accordance with PWS. Profit is not authorized for this CLIN. Quantity: 1 Unit of Issue: JOB Unit Price: 195,000.00 NTE. Cost-Reimbursable CLIN 2001 AC - Contract Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. Quantity: 1 Unit of Issue: EA Unit Price: _______ CLIN 3001 - Option 3. Kitchen Equipment Maintenance. (This CLIN is for Information Only) Provide labor, supplies, and equipment required to perform maintenance, repairs, installation, and removal of kitchen equipment in accordance with the specifications and Technical Exhibits that are included herewith or referenced herein. The contractor will provide a quote to perform all scheduled and un-scheduled maintenance outlined in TE 2, TE 5, and PWS on a Firm Fixed Price basis. CLIN 3001 AA - Scheduled/Unscheduled Maintenance. Provide labor, supplies, and equipment required to perform scheduled/unscheduled maintenance of kitchen equipment in buildings 0-1900, 3-2543, A-3556, A-4595, 3-5103, 2-5112, 4-1832, B-1732, C-9453, D-3624, H-4842, M-5530, E-4325, X-3429, and T-3467 in accordance with attached PWS. Quantity: 12 Unit of Issue: MTHS Unit Price: ____________ extended price: _________. FFP CLIN 3001 AB - Parts Reimbursement. Allocation for parts and materials utilized in performance of CLIN 3001 AA. Contractor shall invoice for reimbursement in accordance with PWS. Profit is not authorized for this CLIN. Quantity: 1 Unit of Issue: JOB Unit Price: 203,000.00 NTE. Cost-Reimbursable CLIN 3001 AC - Contract Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. Quantity: 1 Unit of Issue: EA Unit Price: _______ CLIN 4001 - Option 4. Kitchen Equipment Maintenance. (This CLIN is for Information Only) Provide labor, supplies, and equipment required to perform maintenance, repairs, installation, and removal of kitchen equipment in accordance with the specifications and Technical Exhibits that are included herewith or referenced herein. The contractor will provide a quote to perform all scheduled and un-scheduled maintenance outlined in TE 2, TE 5, and PWS on a Firm Fixed Price basis. CLIN 4001 AA - Scheduled/Unscheduled Maintenance. Provide labor, supplies, and equipment required to perform scheduled/unscheduled maintenance of kitchen equipment in buildings 0-1900, 3-2543, A-3556, A-4595, 3-5103, 2-5112, 4-1832, B-1732, C-9453, D-3624, H-4842, M-5530, E-4325, X-3429, and T-3467 in accordance with attached PWS. Quantity: 12 Unit of Issue: MTHS Unit Price: ____________ extended price: ___________. FFP CLIN 4001 AB - Parts Reimbursement. Allocation for parts and materials utilized in performance of CLIN 4001 AA. Contractor shall invoice for reimbursement in accordance with PWS. Profit is not authorized for this CLIN. Quantity: 1 Unit of Issue: JOB Unit Price: $210,000.00 NTE. Cost-Reimbursable CLIN 4001 AC - Contract Manpower Reporting. Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. Quantity: 1 Unit of Issue: EA Unit Price: _______ (vi) This is a service acquisition. The Contractor shall provide all labor, equipment, materials, supplies, tools, transportation, supervision and other item(s) needed to execute all maintenance operations for the Dining Facilities designated in TE 4. (vii) This requirement has a 12-month base year with Four (4) One-Year Option Periods. (viii) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS. 1. This is an ALL or Nothing requirement. Offerors must be able to provide all required services. Additionally, Offerors are expected to submit a TOTAL QUOTE with technical specifications for each CLIN, which at its end state will accomplish the objectives described in this solicitation. 2. SMALL BUSINESS SET-ASIDE. This is a 100% Small Business Set-Aside. 3. CLOSING DATE/TIME. The solicitation will close and all quotes shall be submitted not later than 3:00 P.M. EST, Wednesday, 26 November 2014 via https://safe.amrdec.army.mil/safe/Welcome.aspx. 4. POINT OF CONTACT. The Government point of contact for this action is SSG David Williams, Contract Specialist, and can be reached via email: david.a.williams17.mil@mail.mil and (910) 396-3058. The acceptable method of submitting quotes will be through the use of the following website: https://safe.amrdec.army.mil/safe/Welcome.aspx. 5. QUESTIONS. All questions pertaining to this requirement shall be submitted in writing no later than 2:00 PM EST on Thursday, 20 November 2014. If government responses to technical questions affect the requirement an Amendment to the solicitation will be issued. Questions can be addressed to SSG David Williams, Contract Specialist, and can be reached via email: david.a.williams17.mil@mail.mil 6. VENDOR SHALL SUBMIT THE FOLLOWING INFORMATION. a. Company Name/Address: b. DUNS #: c. Cage Code: d. Federal Tax ID: e. Business Size: f. Business Type :______________________( i.e. Minority/Woman Owned/Disadvantaged/Veteran Owned, Service Disable Veteran Owned, HubZone, etc.) h. Point of Contact: i. POC Phone/Fax/E-mail: 7. PRICING. The pricing schedule shall be submitted fully completed and error free. It shall contain the offeror's prices for the established Contract Line Item Numbers (CLINS) and all subsequent option CLINs. Therefore, offerers should provide the proposed prices for the Base year and four (4) option years. 8. Technical Submission. The Technical Submission shall clearly state the offeror's ability to meet the below non-price evaluation factors. The techncial capability factor description shall not exceed eight (8) pages. Format. The Technical Capability volume shall be prepared in an orderly format and in sufficient detail to enable the Government to make a thorough evaluation of the Offeror's technical competence and ability to comply with the performance requirements specified in the PWS. The Technical Capability proposal shall include, at a minimum, the following information. (i) Organizational Structure. An organizational chart with a detailed explanation of its organizational structure, including number of personnel, individual license/certifications of each personnel, position title, and years of applicable education and work experience. (ii) A plan demonstrating an understanding of all the tasks specified in the PWS that conveys the Offeror's methodologies, techniques, and a detailed technical approach to meet the required objectives in the performance of technical requirements identified in PWS. The offeror shall describe how the scheduled maintenance will be maintained and how all unscheduled maintenance will be handled. The offeror shall demonstrate a clear understanding of the contractual requirements and a corresponding plan to fulfill those performance requirements in the most effective and efficient manner possible for each functional task area. 8. Quotes shall be good for at least 60 days after submittal. 9. Period of Performance: Contractor shall be ready for services to begin on 01 December 2014. 10. Contract Type: Hybrid: Firm-Fixed Price (FFP) and Cost-Reimbursement. 11. Current SAM Registration is required. (ix) Provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. ADDENDUM TO FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS 1. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Subject to the provisions contained herein, the Government intends to award a single contract resulting from the Solicitation, to the Offeror who is deemed responsible in accordance with the FAR, as supplemented, whose Proposal conforms to the Solicitation's requirements (to included all stated terms, conditions, and all other information required by the Solicitation), and provides the lowest priced, technically acceptable proposal to satisfy the requirements of this Solicitation and the PWS. a. Evaluation criteria consist of two (2) evaluation factors. The Proposals will be evaluated under the following evaluation factors: Factor 1: Technical Capability Factor 2: Price b. Evaluation Factors. The Government's technical evaluation team will evaluate proposals to determine either technically acceptable or technically unacceptable (price excluded). In order to be considered technically acceptable, the proposal for Factor 1 must be determined acceptable and must demonstrate an understanding of the requirements for all task areas described in the PWS. The proposal must demonstrate a practical/functional technical approach that meets the needs of the Solicitation. Failure to meet the criteria will render the proposal to be technically unacceptable and will not be considered for award. 1) Factor 1: Technical Capability - To be deemed technically acceptable, the Offeror's Mission Capability must demonstrate: a) An understanding of all tasks specified in this solicitation and describes how the requirement will be satisfied through clear methodologies, techniques, and detailed technical approach to meet the required objectives in the performance of technical requirements identified in PWS. In evaluating, the assessment will concentrate on the offeror's plans for accomplishing the PWS requirements, to include proposed processes, schedule, and approaches. Each proposal shall be evaluated on its ability to demonstrate a clear understanding of the contractual requirements and a corresponding plan to fulfill those performance requirements in the most effective and efficient manner possible for each functional task area. b) Organizational Structure. The organizational line and block chart shall demonstrate a feasible structure to successfully manage the PWS requirements. An effective organizational structure that demonstrates whether the Offeror has all the necessary personnel qualifications, processes and plans in effect to ensure contract performance in accordance with the requirements of the PWS. Personnel qualifications and minimum requirements for job standards must adequately support the requirements of the PWS. The proposal must clearly demonstrate that all requirements of the PWS are met through identifying what parts of the organization are responsible for managing and accomplishing what work and clearly and rationally identify how the Offeror will successfully manage multiple tasks. 2) Factor 2: Price. The Offeror's price submission of all CLINs and Options will be evaluated considering the response to the solicitation. The techniques and procedures described under FAR Part 15.404 will be the primary means of assessing price reasonableness. 2. Options. The Government will evaluate offers 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 one-half of the Offeror's final option period price to the Offeror's total price. Thus, the Offeror's total price for the purpose of evaluation will include the Base Period, 1st Option Period, 2nd Option Period, 3rd Option Period, 4th Option Period, and 1/2 of the 4th Option Period. Offerors are not required to enter a price for the six-month period. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 3. A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 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. 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. (x) Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) 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 COMMERICIAL ITEMS 1. INSURANCE REQUIREMENTS: The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, quote mark Insurance--Work on a Government Installation. quote mark KIND:AMOUNT: Worker's Compensation: As required by applicable statutes and regulations Comprehensive General Liability: $500,000 per occurrence Comprehensive Automobile Liability:$200,000 per person for bodily injury $500,000 per occurrence for bodily injury $50,000 per occurrence for property damage Employer's Liability:$100,000 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 Day25 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: TBD SERVICE ACCEPTOR/SHIP TO: TBD LOCAL PROCESSING OFFICE: LEAVE BLANK PAY OFFICE DODAAC: TBD (xii) 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; 52.203-7, Anti-Kickback Procedures; 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; FAR 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-owned Small Business Concerns, 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; 52.222-50, Combating Trafficking in Persons; 52.223-18, 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; 52.232-18 -- Availability of Funds; 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/. (xiii) Provision at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. Provision at FAR 52.252-2 Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification, FAR 52.232-1 - Payments, FAR 52.233-2 -- Service of Protest, FAR 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper, FAR 52.204-7 - System for Award Management, FAR 52.243-1 -- Changes -- Fixed-Price, FAR 52.237-10 - Identification of Uncompensated Overtime. 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. Class Deviations FAR 52.204-99, System for Award Management Registration (DEVIATION). This clause can be located at http://farsite.hill.af.mil. DFARS Clauses DFARS 252.204-7004, Alternate A System for Award Management; 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 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; Applicable additional clauses under DFARS 252.212-7001 are as follows: FAR 52.203-3, Gratuities, DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.243-7002, Requests for Equitable Adjustment, DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. FAR 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site-visit will be conducted on 18 November 2014 beginning at 9:30 AM EST. We will meet at the 900th CBn, see attached map, and move to the first of three dining facilities. Local Clauses 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Sep 2011) (LOCAL CLAUSE) 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 (HQ), Army Materiel Command (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 (GAO) 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 HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 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 HQ AMC-Level Protest Procedures. (End of Clause) (xiv) The Government will award a Firm Fixed Price (FFP) contract as a result of this solicitation. (xv) Quotes are due at 3:00 PM Eastern Time, Wednesday, 26 November 2014. The Quotes shall be submitted in accordance with the instructions provided under Part viii of this solicitation. (xvi) The points of contact for this solicitation are SSG David Williams, (910) 396-3058, david.a.williams17.mil@mail.mil and Eddy Savory, (910) 396-2208, Eduardo.e.savory3.civ@mail.mil (xvii) Any amendments to this RFQ will be posted to Federal Business Opportunities website after the site visit. Please monitor this site frequently throughout the solicitation process. https://www.fbo.gov/ ATTACHMENTS The following attachments/technical exhibits apply to this Request for Quote: Attachment 1 - PWS Attachment 2 - DFAC Parts List TE 1 - Performance Requirement Summary TE 2 - Equipment Listing as of 15AUG14 TE 3 - Submittals TE 4 - DFAC Listing MAP TE 5 - Historical Unscheduled Workload Data NOTE: Attachments and Technical Exhibits are binding documents and are part of the contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e0a38beff18906dbca73b4695677feee)
 
Place of Performance
Address: MICC Center - Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN03569508-W 20141109/141107234208-e0a38beff18906dbca73b4695677feee (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.