Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

J -- Material Handling Equipment Maintenance at Molesworth, UK - Equipment List - Bid Schedule and PWS

Notice Date
8/17/2018
 
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 Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP451018Q1052
 
Archive Date
9/15/2018
 
Point of Contact
Joseph A. Bednar, Phone: 2699617546
 
E-Mail Address
joe.bednar@dla.mil
(joe.bednar@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Bid Schedule and PWS Equipment List This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 13.5, as supplemented with additional information included in this notice. This is for single award for the designated coverage location(s). This is issued as a request for quote (RFQ). The performance timeframe is a 12-month base period with four, 12-month option periods. The performance of required services is as per the Performance Work Statement (PWS), including its service timeframes. This procurement is unrestricted. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard (United States) Time on the above specified date, via email only to the designated Contracting Officer. See Attachments for the Bid Schedule, Performance Work Statement (PWS), and Equipment List. All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies. Any/all required documentation and service related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POCs or COR. Deliveries must be performed during normal installation work hours which are available from the POCs or COR, excluding Federal holidays. 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 (with evaluation consisting of award to the responsible contractor whose quote conforms to the solicitation and offers the lowest total price, including the option periods, after a pass/fail evaluation of the firm's past performance submittal. C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. 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. 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 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); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 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 Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-19 - Incorporation by Reference of Representations and Certifications 52.216-19, Order Limitations (A minimum order amount of (any) one Preventative Maintenance Service or On-Call Repair Service is required, and a maximum order of 400% of the initial order's requirements, with the full text of this clause to be included in the anticipated bilateral award)* 52.216-22, Indefinite Quantity 52.217-09, Option to Extend the Term of the Contract (fill-ins are 7 calendar day notice provided there is a 14 calendar preliminary notice, with overall contract duration maximum of 5 years) 52.225-14 Inconsistency Between English Version and Translation of Contract 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim 52.242-13, Bankruptcy (Jul 1995) 52.247-34, FOB Destination * Minimum/maximums for the base period and each option period of the contract itself are as per PWS content. The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 52.204-9000 Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.211-7003, Item Unique Identification and Valuation 252.216-7006, Ordering (fill-in is through each 12-month period, subject to option exercise(s)) 252.222-7002, Compliance with Local Labor Laws (Overseas) 252.225-7041, Correspondence in English 252.225-7048, Export-Controlled Items (Jun 2013) 252.229-7000, Invoices Exclusive of Taxes or Duties 252.229-7001, Alternate I-Tax Relief (Fill-In content to be included in award document) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateral award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items (Jun 2013) INSTRUCTIONS TO OFFERORS: Submit quotes by email to joe.bednar@dla.mil no later than the specified date and time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm (Eastern USA Time) one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: 1) The bid schedule is attached and responding firms are required to complete and return the bid schedule, including all option periods, and on all line items within each period. 2) Past Performance Submission (each of the following points must be met to pass the past performance evaluation): - Submittal of at least one but not more than three relevant past performance reference projects, complete with customer reference point(s) of contact with current and accurate email addresses and phone numbers. To be relevant, the actions must include: - Both successful Preventative Maintenance (PM) services and on-call repair services on a variety of commercial Material Handling Equipment items including at a minimum different sized and different power sourced forklifts, and front end loaders. Additionally, firms must show verifiable evidence of servicing Hyster and Crown MHE, including supplying required repair parts, within their submittal (due to past challenges in repairs at the service location stemming from parts availability for these makes of MHE). - The services were performed within the past two years and at least one service site within Great Britain, to demonstrate compliance with applicable national laws and regulations in addition to laws/regulations in place on U.S. Military Installations in Great Britain. - The services successfully performed, which for purposes of this evaluation means rated satisfactory or better by the reference, per inquiry/survey by the Government as applicable, including if the reference project description meets the criteria in this past performance submission section. - Reasonable evidence that the firm still has the resources to perform such a requirement, e.g. their resources including service territory coverage for their reference project(s) are the same as they propose to utilize for the contract award(s) they are pursuing under this action, or other evidence supporting the resources/territory coverage are currently available. - Note that incorrect and/or outdated reference contact information may render the reference not eligible for consideration and the past performance submittal not eligible to pass the pass/fail past performance evaluation, therefore the proposal may be ineligible for award. 4) 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) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than August 24, 2018 at 2:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation. The Government is not responsible for answering questions received after this deadline. Site Visits are not being supported for this action in advance of the response deadline. EVALUATION: Quotations will be evaluated on a Lowest-Priced Past-Performance-Acceptable basis. Award will be made to firm that offers the lowest total cost to the Government for the entire requirement (all periods), after a pass/fail evaluation of the contractors' provided past performance submittal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP451018Q1052/listing.html)
 
Place of Performance
Address: DLA Disposition Services Molesworth, Molesworth, United Kingdom
 
Record
SN05044399-W 20180819/180817231426-26f1c8616d762d984b39cd56b6a3b978 (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.