SOLICITATION NOTICE
23 -- Micro Trucks - Statement of Work
- Notice Date
- 6/30/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336112
— Light Truck and Utility Vehicle Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP330009Q0044
- Archive Date
- 12/31/2009
- Point of Contact
- Alan M Noble, Phone: 717-770-4192
- E-Mail Address
-
Alan.Noble@dla.mil
(Alan.Noble@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1: Statement of Work: DDPH Pearl Harbor - Micro Utility Vehicles and Micro Passenger Vans The Defense Distribution Depot Pearl Harbor, HI (DDPH) has a requirement for eight micro gas powered trucks in accordance to the attached statement of work. DDPH requirements consists of four styles of trucks consisting of a four-passenger crew cab truck, two-passenger extended cab truck, two-passenger utility truck, and a micro passenger van. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13.5 of the Federal Acquisition Regulations (FAR) 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. This is a Request for Quote (RFQ) and the solicitation number is SP3300-09-Q-0044. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-32 effective 14 May 2009 and FAC 2005-31 effective 20 April 2009, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090115 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-17 and 18. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is being issued unrestricted. The NAICS code applicable to this acquisition is 336112 and the small business size standard is 1,000 employees. The requirement consists of the following: CLINDescriptionQtyUoMUnit PriceExtended Price CLIN 0001 Micro passenger van with air conditioning and automatic transmission in accordance with the attached statement of work. 3 EA at $___________/EA Extended Price $____________ CLIN 0002 Four-passenger crew cab with air conditioning and automatic transmission, utility box, and pintle hitch in accordance with the attached statement of work. 1 EA at $___________/EA Extended Price$____________ CLIN 0003 Two-passenger utility truck with air conditioning and standard transmission, pintle hitch, and ladder/utility rack in accordance with the attached statement of work. 2 EA at $___________/EA Extended Price$____________ 0004Two-passenger extended cab vehicle with air conditioning and standard transmission, pintle hitch, ladder/utility rack in accordance with the attached statement of work. 2 EA at $___________/EA Extended Price$____________ Total Price for all CLINs$____________________ Attachments: Statement of Work: DDPH Pearl Harbor – Micro Utility Vehicles and Micro Passenger Vans Required delivery: Ten (10) weeks after award date. Delivery point is FOB DESTINATION to DEFENSE DISTRIBUTION SAN JOAQUIN CCP WHSE 30, MARK FOR SB3111 25600 SOUTH CHRISMAN ROAD TRACY CA 95376-5000 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) DFARS 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (Jan 2009) DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity’s Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an “Agency Level Protest under Executive Order No. 12979.” (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer’s decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS–Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. 3. Descriptive literature: The offeror shall provide literature such as illustrations, drawings, or other documentation that demonstrates the offered products meet the Government’s minimum physical, functional, and performance characteristics. This information will be used to determine technically acceptability. FAR 13.106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror based on lowest priced, technically acceptable offer. Technically acceptable will be evaluated on a pass/fail basis based on the descriptive literature demonstrating that vehicles being offered meet the specifications in the Statement of Work. All quotes found technically acceptable will then be evaluated for overall lowest price on all CLINs which includes shipping charges to the FOB destination point. Therefore to be considered for award, a quote must be provided for all CLINS. FAR 52.212-4 Contract Terms and Conditions–Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination DFARS 252.232-7010 Levies on Contract Payments DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) DDC 52.247-9W08 MARK CONTRACT NUMBER ON ALL CORRESPONDENCE (FEB2007) 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. (End of Clause) DDC 52.232-9W10 INSTRUCTION FOR PAYMENT BY DFAS (JUN 2007) This contract/order will be paid by DFAS. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) with corresponding BOSS document numbers - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". In accordance with the Prompt Payment Act (FAR 52.232-25), payment will normally be made within thirty (30) days after receipt of proper invoice or acceptance of supplies/services, whichever is later. All inquiries regarding payments shall be directed to: DFAS - ATTN: DFAS-CVDAAD/CO P.O. Box 369016 Columbus, OH 43236-9016 email: DFAS-CO_LC@dfas.mil Phone: 800-756-4571 - select option 2 and then option 2. Check payment status on the web at www.dod.mil/dfas under "Money Matters." (End of Clause) DDC 52.247-9W11 SHIPPING INSTRUCTIONS FOR SB3111 DDPH (PEARL HARBOR) (FEB 2007) SMALL TO MEDIUM PACKAGES: The preferred method of shipping packages is U S Postal Priority Mail with return receipt or commercial courier service for packages less than 70 lbs., and less than 130 inches in combined length and girth. Outside markings must include contract number and copy of purchase order/contract. MAILING ADDRESS: DDPH RECEIVING OFFICER MF BOSS SUPPLIES 840 VINCENNES AVE PEARL HARBOR HI 96860-4544 LARGER SHIPMENTS: Freight address for packages over 70 pounds or 130 inches combined length and girth is: DEFENSE DISTRIBUTION SAN JOAQUIN CCP WHSE 30, MARK FOR SB3111 25600 SOUTH CHRISMAN ROAD TRACY CA 95376-5000 Appointments are required for transshipments. The phone number to schedule DDJC CCP deliveries is (209) 839-4307 / 4306. The outside packaging must include the Transportation Control Number (TCN), contract number and a copy of this order. TRUCKLOAD SHIPMENTS: If a shipment exceeds any of these dimensions: 85" high, 85" wide or 228" long, or is likely to fill more than half of a 40 foot Seavan, the shipment may be routed directly to a freight forwarder rather than the Consolidation and Containerization Point. Call Contract Specialist on this order for further information. Without proper markings shipments and payments will be delayed and may be lost. (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph b) the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-28, Post Award Small Business Program Rerepresentation 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses provisions apply: 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7012, Preference for Certain Domestic Commodities 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea Offerors responding to this announcement shall submit their quotations via FAX to Alan Noble, 717-770-7591 or e-mail to Alan.Noble@dla.mil. All quotes must be received by 3:00 PM July 15, 2009 to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330009Q0044/listing.html)
- Record
- SN01861162-W 20090702/090701000411-0b6db3012e284cc22c2a0092aee7c9a1 (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 |