Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

J -- Scheduled Preventive Maintenance (PM) and Unscheduled Remedial Maintenance (RM) of Automatic Storage and Retrieval System (ASRS) Equipment at DLA Distribution Norfolk, Crane, Indiana - RFQ SP3300-18-Q-5041

Notice Date
8/24/2018
 
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 Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-18-Q-5041
 
Archive Date
10/10/2018
 
Point of Contact
Amber Lynne Whitney, Phone: 7177704601
 
E-Mail Address
amber.whitney@dla.mil
(amber.whitney@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 6b - QASP COSR Attachment 6a - QASP POCs Attachment 6 - QASP Attachment 5 - Past Performance Questionnaire Attachment 4 - Certification of Accounting System Attachment 3 - Wage Determination Attachment 2 - Schedule of Supplies-Services Attachment 1 - PWS Combined Synopsis/Solicitation 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) Part 13.5 - Simplified Acquisition Procedures. 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 SP3300-18-Q-5041. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99 effective 16 Jul 2018 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20180629 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2018-09 17 May 2019. 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 hybrid Firm-Fixed Price (FFP)and Time and Materials (T&M) contract for Scheduled Preventive Maintenance and on call Unscheduled Remedial Maintenance on Government-owned Automated Storage and Retrieval System (ASRS) Equipment located at DLA Distribution Norfolk at Crane IN. The contractor shall provide all labor, equipment, tools, materials, replacement parts, and supervision necessary to perform maintenance services on the Government-owned automated storage and retrieval equipment. A detailed list of the Automated Storage and Retrieval System Equipment for which maintenance services are required (three Litton Mini-Load Storage Retrieval Machines) is included in the PWS. The services shall be performed in accordance with the Performance Work Statement (PWS) 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 Unrestricted. The North American Industry Classification System (NAICS) code for this project is 811310 and the size standard is $7.5 million. 5. This requirement consists of a base year and two option years, with Periods of Performance on or about as follows: Base Year (CLINs 0001-0005): November 1, 2018 through October 31, 2019 Option Year 1 (CLINs 1001-1005): November 1, 2019 through October 31, 2020 Option Year 2 (CLINs 2001-2005): November 1, 2020 through October 31, 2021 6. The Schedule of Supplies/Services for this procurement is included as Attachment 2 to this RFQ. 7. This requirement is subject to the Service Contract Act. Wage Determination No. 2015-4821 Revision No. 8 dated 12/07/03/2018 is provided as Attachment 3. 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: Heavy Equipment Mechanic = $24.25 per hour (WG-8, Step 3) 8. Past Performance is required from all offerors and shall be provided with the quotes. Please pay special attention to the Instructions to Offerors starting page 15. 9. The offeror must complete the certification of the accounting system found in Attachment 4. Failure to provide the certification will eliminate the offeror from consideration for award. The offeror shall also provide a description of the accounting system in this quote which demonstrates the ability of the vendor adhere with the items found in the certification statement. If the offeror possesses a DCAA approved accounting system, the offeror may provide the date of approval and the cognizant DCAA office in lieu of the description required above. "The Government does reserve the right to conduct a post-award audit." 10. INVOICING AND PAYMENT - Invoicing and Payment will be made via Wide Area Work Flow. See DFAR Clauses 252.232-7006 found on page 10 of the RFQ, and 252.232-7003 (IBR). Billing shall be made monthly in arrears. 11. CONTRACT PRICING : Offerors are requested to quote Firm Fixed Prices for Preventive Maintenance of the ASRS Equipment (CLINS 0001, 1001, and 2001), and Firm Fixed Hourly Labor Rates for Remedial Maintenance of the ASRS Equipment (CLINS 0002, 1002, and 2002). Offerors shall not provide quotes for Replacement Parts (CLINS 0003, 1003, and 2003) or Travel reimbursement (CLINS 0004, 1004, and 2004) as a level of funding will be established by the Government on a Ceiling Price/Not-to-Exceed basis for these purposes. Offerors shall not provide a quote for Annual Contractor Manpower Reporting (CLINS 0005, 1005, and 2005) as this requirement is not separately priced. CLINs 0002, 1002, and 2002 are time and material CLINs. Reference FAR 52.214-4 Alt I, the contractor shall be reimbursed for actual hours incurred only for repair services. The contractor shall not exceed the CLIN/contract ceilings without prior approval from the Contracting Officer. 12. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _________________________________ Contractor POC: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ EMAIL _________________________________ 13. SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. 14. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. 15. Questions shall be submitted in writing via e-mail to amber.whitney@dla.mil by 11:00 AM EST on September 7, 2018. Questions not received via email by that date and time may not be answered. Offerors shall submit any questions regarding the solicitation in an MS Word Table landscape format with the following column headings: Question RFQ Page RFQ Para Name of Firm POC Tel No. Fax No. e-mail No information concerning this RFQ will be provided in response to offeror-initiated telephone calls. All such requests must be made by electronic mail in the format noted above and submitted to the above email address. Inquiries will be answered in writing and provided to all offerors. To avoid a delay in the procurement process, all questions regarding this RFQ must be received by 11:00 am eastern standard time on September 7, 2018. Questions received after this date and time may not receive a response. 16. The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personal are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Attachments: Attachment 1 - Performance Work Statement Attachment 2 - Schedule of Supplies/Services Attachment 3 - Wage Determination Attachment 4 - Certification of Accounting System Attachment 5 - Past Performance Questionnaire Attachment 6 - Quality Assurance Surveillance Program (QASP) Attachment 6a - Points of Contact Attachment 6b - Contract Oversight Surveillance Report (CORSP) SCHEDULE OF SUPPLIES/SERVICES SEE ATTACHMENT 2 - SCHEDULE OF SUPPLIES/SERVICES (BASE YEAR PRICING, OPTION YEAR 1 PRICING, AND OPTION YEAR 2 PRICING) (Note: Offers must be submitted for contract line items (CLINs) X001, X002, X003, X004, and X005 to be evaluated for a single and definitive contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-18-Q-5041/listing.html)
 
Place of Performance
Address: DEFENSE LOGISTICS AGENCY (DLA) DISTRIBUTION NORFOLK, Crane, Indiana, 47522, United States
Zip Code: 47522
 
Record
SN05056257-W 20180826/180824231734-2ea737703f8fce055bdb63761906a172 (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.