Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

54 -- Pallet Racking at Ft. Sill, OK - (Draft)

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4510-15-Q-1016
 
Archive Date
9/30/2015
 
Point of Contact
Nicholas M. Moore, Phone: 269-961-5399, Joseph A. Bednar, Phone: 269-961-7546
 
E-Mail Address
Nicholas.Moore@dla.mil, joe.bednar@dla.mil
(Nicholas.Moore@dla.mil, joe.bednar@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Specifications/Statement of Work Bid Schedule 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. The details of this procurement are located below and in the attached specifications. The solicitation number will be issued as a Request for Quote (RFQ) under FAR Part 13.5 Test Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. This procurement is being issued unrestricted under NAICS 332999, which has a size standard of 750 employees. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement. C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that it has completed the annual representations and certifications on SAM.gov or submit a completed copy of the provision at FAR 52.212-3 with its offer. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. The additional FAR clauses which are cited in FAR 52.212-5 are listed here: 52.203-3, Gratuities (Apr 1984); 52.203-6 Alt. 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.222-50, Combatting Trafficking in Persons (Feb 2009) 52.233-3, Protest After Award (Aug 1996); 52.233-3, Protest After Award (Aug 1996); 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.225-1, Buy American Act - Supplies (Feb 2009); 52.232-33, Payment by Electronic Fund Transfer - Central Contractor Registration (Oct 2003); Additional FAR clause incorporated by full text: 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. The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7003, Agency Office of the Inspector General (Apr 2012) 252.203-7005 Representations Relating to Compensation of Former DoD Officials (Nov 2011) 252.225-7012, Preference for Certain Domestic Commodities 252.227-7015, Technical Data - Commercial Items (Dec 2011) 252.225-7021 Trade Agreements (Oct 2013) 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2012) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) 252.243-7002, Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) Additional DLAD clauses incorporated by full text: DLAD 52.215-9023, REVERSE AUCTION (OCT 2013) The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer does not conduct a reverse auction, award may be made on the basis of initial offers or following discussions not using reverse auctioning as a pricing technique. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify Offerors of this decision and the following provisions will apply: (a) The award decision will be made in accordance with the evaluation factors as set forth in the solicitation. The reverse on-line auction will be used as a pricing technique during discussions to establish the final offered prices from each Offeror. These prices will be used in conjunction with the evaluation factors stated elsewhere in the solicitation in order to make the award decision in accordance with the basis for award stated in the solicitation. (b) Following the decision to conduct discussions using reverse auctioning as a pricing technique, the Contracting Officer or his/her representative will provide Offerors determined to be in the competitive range with information concerning the auction process. (c) Prior to conducting the reverse auction, the Contracting Officer may hold discussions with the Offerors concerning matters appropriate for discussion, such as issues involving technical proposals or unbalanced pricing. (d) Unless auction instructions indicate that only Offeror's rankings will be displayed, the lowest Offeror's price(s) for each round of the reverse auction will be disclosed to other Offerors and anyone else having authorized access to the auction. This disclosure is anonymous, meaning that each Offeror's identity will be concealed from other Offerors (although it will be known to the Government; only a generic identifier will be used for each Offeror's proposed pricing, such as "Offeror A" or "lowest-priced Offeror"). By submitting a proposal in response to the solicitation, Offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other Offerors, during the reverse auction. (e) An Offeror's final auction price at the close of the reverse auction will be considered its final price proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the Contracting Officer decides that further discussions are needed and final price proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the Contracting Officer determines that it would be in the best interest of the Government to re-open the auction. (f) The following requirements apply when the Government uses a commercial web-based product to conduct the reverse auction: (1) Each Offeror identified by the Contracting Officer as a participant in the reverse auction will be contacted by Defense Logistic Agency's commercial reverse auction service provider to advise the Offeror of the event and to provide an explanation of the process. (2) In order for an Offeror to participate in the reverse auction, such Offeror must agree with terms and conditions of the entire solicitation, including this provision, and agree to the commercial reverse auction service provider's terms and conditions for using its service. Information concerning the reverse auction process and the commercial service provider's terms and conditions is embedded within the email notification sent by the on-line reverse auction pricing tool system administrator. (3) Offerors shall secure the passwords and other confidential materials provided by the commercial reverse auction service provider or the Government and ensure they are used only for purposes of participation in the reverse auction. Offerors shall keep their own and other Offeror's pricing in confidence until after contract award. (4) The reverse auction system currently in use designates offers as "Lead," meaning the current low price in that auction, or "Not Lead," meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider's system designates the first offer of that price as "Lead" and the second or subsequent offer of that price as "Not Lead." Offerors shall not submit a tie offer, since this is inconsistent with the purpose of the reverse auction. If a tie offer is submitted and no evaluation factors other than price were identified in the solicitation, the "Not Lead" Offeror that submitted the tie offer must offer a changed price; otherwise its offer will be ineligible for award if their final price in the auction is the tie offer price. If evaluation factors in addition to price were listed in the solicitation, tie offers that are "Not Lead" will be considered and evaluated in accordance with those evaluation factors. (5) Any Offerors unable to enter pricing through the commercial reverse auction service provider's system during a reverse auction must notify the Contracting Officer or designated representative immediately. The Contracting Officer may, at his/her sole discretion, extend or re-open the reverse auction if the reason for the Offeror's inability to enter pricing is determined to be without fault on the part of the Offeror and outside the Offeror's control. (6) The reverse auction will be conducted using the commercial reverse auction service provider's website as embedded in the email notification. Offerors shall be responsible for providing their own computer and internet connection. (7) Training: (i) The commercial reverse auction service provider and/or a Government representative will provide familiarization training to Offerors' employees; this training may be provided through written material, the commercial reverse auction service provider's website, and/or other means. (ii) An employee of an Offeror who successfully completes the training shall be designated as a "Trained Offeror." Only Trained Offerors may participate in a reverse auction. The Contracting Officer reserves the right to request that Offerors provide an alternate Offeror employee to become a Trained Offeror. The Contracting Officer also reserves the right to take away the Trained Offeror's designation from any Trained Offeror who fails to abide by the solicitation's or commercial reverse auction service provider's terms and conditions. (End of provision) INSTRUCTIONS TO OFFERORS: Submit quotes by email (preferred) to: Nicholas.Moore @dla.mil no later than September 16th, 2015 at 11:59 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-reciept of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Quotes may also be mailed to: DLA Disposition Services ATTN: Nicholas Moore (J7) 74 N. Washington Ave. Battle Creek, MI 49037 Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) shall be current on SAM.gov at the time of quote submission. QUOTE EVALUATION: Award will be made to the contractor whose quote conforms to the solicitation, is deemed technically acceptable, and has the lowest price. Determination of technical acceptability will be based off the critical requirements outlined in Section 3.0 and 4.1 of the Specifications. A pass/fail technical review will be completed to assess the technical acceptability of the offers. The quote shall include the proposed design layout and demonstrate how each of the critical requirements in Section 3.0 and 4.1 will be met. Specification sheets from the racking manufacturer shall be submitted for each critical requirement to ensure technical acceptability of the racking system. Any quote that is missing a specification sheet for a particular critical requirement may be determined technically unacceptable and may no longer be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-15-Q-1016/listing.html)
 
Place of Performance
Address: DLA Disposition Services Sill, Bldg. 3321 and 3325, Ft. Sill, Oklahoma, 73503, United States
Zip Code: 73503
 
Record
SN03867934-W 20150904/150902235738-4114925349b8d488d8808868dce9e27c (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.