SOLICITATION NOTICE
70 -- Training Room Upgrades - Attachments
- Notice Date
- 8/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334310
— Audio and Video Equipment 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
- SP330009Q0107
- Archive Date
- 2/22/2010
- 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
- RFQ SP330009Q0107 Attachment 2: Scope of Work DDJC Training Infrastructure Upgrade dated 21 May 2009 RFQ SP330009Q0107 Attachment 1: DDJC Classroom CLIN Breakdown The Defense Distribution Depot San Joaquin, CA (DDJC) Sharpe and Tracy sites have a requirement to upgrade and install audio and visual equipment for seven training rooms. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 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 SP310009Q0107. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-33 effective 15 Jul 2009 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090729 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-29. 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 competed unrestricted under NAICS code 334310 with a small business size standard of 750 employees. The requirement consists of the following: This acquisition is a Brand Name or Equal acquisition pursuant to provision FAR 52.211-6 – Brand Name or Equal. Scope of Work Section 1.3.5 Description of Components provides a list of Brand name components with a list of salient characteristics for the Brand Name Components. The preferred method of payment is by Government Procurement Card, but it is not required to be eligible for award. Interested offerors should include in their quote whether payment by Government Credit Card is Acceptable. The Contractor shall perform the installation during normal working hours of 7:00 AM to 3:30 PM Monday through Friday, except for Government Holidays. The Contractor shall complete the removal, installation, integration, and testing for all seven class rooms within sixty (60) days of award date. See Attachment 1: DDJC Classroom CLIN Breakdown for CLIN structure and quote format for the class room upgrades. Place of Performance: Defense Distribution Depot San Joaquin, Stockton, CA 95296 (Tracy and Sharpe Sites). The contractor will be able to store the audio visual equipment in one of the locked classrooms after the Contracting Officer’s Representative (COR) Verifies the quantity and equipment being locked up until installation of such equipment. Attachments: Attachment 1: DDJC Classroom CLIN Breakdown Attachment 2: Scope of Work DDJC Training Infrastructure Upgrade dated 21 May 2009 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The following FAR and DFARS clauses and provisions apply to this acquisition: 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. FAR 52.211-6Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must— (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by— (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. 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 with its offer 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 in accordance with provision FAR 52.211-6. 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 whose quote represents technically acceptable lowest price offer. Price Evaluation: Price will be evaluated on total price of CLINs 0001 and 0002 which includes the subCLINs. Technically Acceptability: Brand Name or Equal evaluation in accordance with provision FAR 52.211-6 – Brand Name or Equal. Evaluation will be on a Pass/Fail basis. All offers with a “PASS” for technically Acceptability will be evaluated for price. FAR 52.212-4 Contract Terms and Conditions–Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.223-5 Pollution Prevention and Right-to-Know Information DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 52.232-7010 Levies on Contract Payments FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor–Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration FAR 52.232-36 Payments by Third Party 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: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.247-7023 Transportation of Supplies by Sea, ALT III 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) 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 04 Sept 2009 to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330009Q0107/listing.html)
- Place of Performance
- Address: Defense Distribution Depot San Joaquin - Tracy and Sharpe Sites, Stockton, California, 95296, United States
- Zip Code: 95296
- Zip Code: 95296
- Record
- SN01916824-W 20090820/090819001549-6c4b369ea20789c61aeca388fc3c66b8 (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 |