Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
SOLICITATION NOTICE

39 -- Upgrade Automatic Weigh and Offer System (AWOS) Shipping Conveyor System at DLA Distribution Richmond, VA - Package #1

Notice Date
7/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-17-Q-5018
 
Point of Contact
Catherine Doyne, Phone: 7177707390
 
E-Mail Address
catherine.doyne@dla.mil
(catherine.doyne@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Statement of Work (SOW) Attachment 6 - Past Performance Questionnaire Attachment 5 - Schedule of Supplies Attachment 4 - DoL Wage Determination Attachment 3 - CDRLs & DIDs Attachment 2 - DWG Request For Quotation SP3300-17-Q-5018 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlines Procedures for Evaluation and Solicitation for Commercial Items in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Simplified Procedures for Certain Commercial Items. 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 RFQ number is SP3300-17-Q-5018 (see attached). 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-95 effective 19 Jan 2017 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20151222 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2017-13. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. 3. This Request for Quotation (RFQ) is being issued to establish a Firm-Fixed Price (FFP) contract for upgrade Automatic Weigh and Offer System (AWOS) for Building 66 at DLA Distribution Richmond, VA. The contractor shall provide necessary services, labor, material, equipment and control components required to upgrade AWOS shipping conveyor system and supply air compressor system in accordance with Statement of Work (SOW) provided at Attachment 1. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. 4. This RFQ is solicited as an unrestricted basis. The North American Industry Classification System (NAICS) code for this project is 333922 and the size standard is 500 employees. 5. PERIOD OF PERFORMANCE: In accordance with Attachment 1, SOW, Final Acceptance of this requirement is 120 days after contract award with an option for additional CLIN to be exercised within 120 days of contract award. This option, if exercised will be for the full amount designated in the schedule of Supplies/Services provided at Attachment 5 6. QUOTES DUE DATE, TIME, LOCATION : Quotes are due on August 3, 2017, at 5:00 PM EST. QUOTES MUST BE SUBMITTED ELECTRONICALLY TO catherine.doyne@dla.mil. 7. SYSTEM AWARD MANAGEMENT REGISTRATION : As stated in FAR 52.212-1, Instruction to Offeror, Paragraph (k), a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment if any contract resulting from this solicitation. Offerors may obtain information on registration and approval confirmation requirements via the internet at http://www.sam.gov or by calling 1-888-227-2423 or 269-961-5757. Failure to register in the SAM database will make an offeror ineligible for award. 8. OPTIONAL CLINs : CLIN 0002 is optional CLIN and may be exercised by the Government up to 120 days after contract award. 9. INVOICING AND PAYMENT - Invoicing and Payment will be made via Wide Area WorkFlow. See DFAR Clauses 252.232-7006 and 252.232-7003. 10. Incidental services under the requirement is subject to the Service Contract Act. Wage Determination No. 2005-4331 Revision No. 3 dated 5/8/2017 is provided as Attachment 4. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination. The Wage Grade equivalent to this position is as follows: Electrical Installation and Maintenance Electrician = $26.15 per hour (WG-2805-11) 11. A technical package is required from all offerors and shall be provided with the quotes. Please pay special attention to the Instructions to Offerors. The instructions require various items of documentation to submit with your quote. The evaluation criteria explains how offeror's quote will be evaluated for acceptability/unacceptability 12. INSURANCE: Reference FAR Clause 52.228-5 Insurance-Work on a Government Installation located in this solicitation. The minimum amount/kind of insurance required is shown below: Workers' Compensation and Employer's Liability - $100,000 (except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.) General Liability- $500,000 per occurrence Automobile Liability - Property damage $20,000 per occurrence, Bodily injury $200,000 per person and $500,000 per occurrence. 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. The Government is not soliciting for the "same old way" of doing business. The Government encourages quotes that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies and services prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. 13. For the incidental service effort, the DoL Wage Determination, provided as Attachment 4, applies to this requirement. Attachments: Attachment 1 - Statement of Work (SOW) Attachment 2 - Drawing Attachment 3 - Contract Data Requirements List and Data Item Descriptions Attachment 4 - DoL Wage Determination No. 2015 - 4331 Revision No. 3 dated 5/8/2017 Attachment 5 - Schedule of Supplies or Services Attachment 6 - Past Performance Questionnaire Unit of Issue: LOT = Unit/Job EA = Each FT = Foot
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-17-Q-5018/listing.html)
 
Place of Performance
Address: DLA Distribution Richmond, 8000 Jefferson Davis Highway, Bldg. 66, Richmond, Virginia, 23297-5900, United States
Zip Code: 23297-5900
 
Record
SN04569071-W 20170708/170706235028-9b36496ab3b667c6bb64293c9ca7122d (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.