Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2009 FBO #2897
SOLICITATION NOTICE

J -- PLUMBING, HEATING, AND AIR CONDITIONING - Plumbing, Heating, and Air Conditioning

Notice Date
10/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Other Defense Agencies, Defense Commissary Agency, Contracting Business Unit Support Services/Supply and Revenue Branch (HDEC05), 1300 E Avenue, Building P-11200, Fort Lee, Virginia, 23801-1800
 
ZIP Code
23801-1800
 
Solicitation Number
HDEC05-10-R-0001
 
Archive Date
12/14/2009
 
Point of Contact
Jason M. Reedy, Phone: 804-734-8000 ext. 49815, Michael L Shaffer, Phone: 804-734-8000 X48681
 
E-Mail Address
Jason.Reedy@Deca.Mil, michael.shaffer@deca.mil
(Jason.Reedy@Deca.Mil, michael.shaffer@deca.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment E - Building Views and Equipment Locations Attachment D - Performance Work Statement Attachment C - Offeror Representations and Certifications, Commercial Items Attachment B - Contract Terms and Conditions in Full Text Attachment A-Offer Submission Form Combined Synopsis/Solicitation Notice Heating and Air Conditioning Maintenance Services at the Defense Commissary Agency, West Region Headquarters Solicitation Number: HDEC05-10-R-0001 Response Date: Friday, November 13, 2009, 4:00 PM EST POC: Jason M. Reedy, Contract Specialist Phone: 804-734-8000, x49815 Fax: 804-734-8009 (pause)(pause) 79815 Place of Performance: Defense Commissary Agency, West Region Headquarters, (Buildings 948, 949, and 905), McClellan AFB, CA 95652 Set Aside: 100% Small Business Classification Code (SIC):17 (1711) FSC Code: J045 NAICS Code: 238220 Size Standard: $14,000,000.00 Description: Plumbing, Heating, and Air Conditioning Contractors i.This is a combined synopsis and solicitation for commercial services prepared in accordance with the format Subpart FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. ii.The solicitation number for this procurement is HDEC05-10-R-0001 and is issued as a Request for Proposal (RFP). iii.This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-35, DFARS Change Notice 20090115, and Defense Commissary Agency Acquisition Regulations (DeCAARS) 2005 Edition. iv.This solicitation is set-aside 100% for small business. For information purposes, the Federal Supply Classification is 1711, the North American Industry Classification systems (NAICS) code is 238220, which has a small business size standard of $14,000,000.00 per annum. v.Contract Line Item Numbers (CLINS): 0001Maintenance and Repair of HVAC System FFP Period of Performance: Base Year - December 1, 2009 through November 30, 2010. Contractor shall furnish all labor, tools, materials, equipment and transportation necessary to provide maintenance and repairs of HVAC system in Buildings 948, 949 and 950 for the Defense Commissary Agency Western Pacific Region Headquarters located at McClellan, CA 95652. Work is to be performed in accordance with the Performance Work Statement (PWS). 0001AAAir Handlers, Boilers and Chillers Quarterly Service performed on air handlers, boilers and chillers in buildings 948 and 950. 0001ABLiebert Units Monthly service to be performed on Building 948 for Liebert Units in accordance with the PWS. 0001ACAnnual Service for Building 949 Annual service required on building 949 in accordance with the PWS. 0001ADOn-Call Repair and Emergency Repair Contractor to provide on-call service in support of the HVAC Mechanical Equipment and Control Services, 24 hours a day, 7 days per week in accordance with the PWS. The following rates are applicable to this CLIN: Regular Hourly Rate (Monday-Friday 8 a.m. to 5 p.m.): Night/Weekend Hourly Rate: Trip Charge: (A total of one (1) trip charge may be charged per “call,” unless additional is pre-authorized by the Contracting Officer. Percentage of Mark Up on Supplies/Equipment used in direct support of On-Call Repair and Emergency Repair: % Contractor shall furnish applicable supplies/equipment used in direct support of on-callrepairs and emergency repairs at the "Best Commercial Customer" rate. Reimbursement of applicable supplies/equipment used in direct support of on-callrepairs and emergency repairs shall be at cost plus percentage mark-up. 0002Maintenance and Repair of HVAC System Period of Performance: 1st Option Year - December 1, 2010 through November 30, 2011. Contractor shall furnish all labor, tools, materials, equipment and transportation necessary to provide maintenance and repairs of HVAC system in Buildings 948, 949 and 950 for the Defense Commissary Agency Western Pacific Region Headquarters located at McClellan, CA 95652. Work is to be performed in accordance with the Performance Work Statement (PWS). 0002AAAir Handlers, Boilers and Chillers Quarterly Service performed on air handlers, boilers and chillers in buildings 948 and 950. 0002ABLiebert Units Monthly service to be performed on Building 948 for Liebert Units in accordance with the PWS. 0002ACAnnual Service for Building 949 Annual service required on building 949 in accordance with the PWS. 0002ADOn-Call Repair and Emergency Repair Contractor to provide on-call service in support of the HVAC Mechanical Equipment and Control Services, 24 hours a day, 7 days per week in accordance with the PWS. The following rates are applicable to this CLIN: Regular Hourly Rate (Monday-Friday 8 a.m. to 5 p.m.): Night/Weekend Hourly Rate: Trip Charge: (A total of one (1) trip charge may be charged per “call,” unless additional is pre-authorized by the Contracting Officer. Percentage of Mark Up on Supplies/Equipment used in direct support of On-Call Repair and Emergency Repair: % Contractor shall furnish applicable supplies/equipment used in direct support of on-callrepairs and emergency repairs at the "Best Commercial Customer" rate. Reimbursement of applicable supplies/equipment used in direct support of on-callrepairs and emergency repairs shall be at cost plus percentage mark-up. 0003Maintenance and Repair of HVAC System Period of Performance: 2nd Option Year - December 1, 2011 through November 30, 2012. Contractor shall furnish all labor, tools, materials, equipment and transportation necessary to provide maintenance and repairs of HVAC system in Buildings 948, 949 and 950 for the Defense Commissary Agency Western Pacific Region Headquarters located at McClellan, CA 95652. Work is to be performed in accordance with the Performance Work Statement (PWS). 0003AAAir Handlers, Boilers and Chillers Quarterly Service performed on air handlers, boilers and chillers in buildings 948 and 950. 0003ABLiebert Units Monthly service to be performed on Building 948 for Liebert Units in accordance with the PWS. 0003ACAnnual Service for Building 949 Annual service required on building 949 in accordance with the PWS. 0003ADOn-Call Repair and Emergency Repair Contractor to provide on-call service in support of the HVAC Mechanical Equipment and Control Services, 24 hours a day, 7 days per week in accordance with the PWS. The following rates are applicable to this CLIN: Regular Hourly Rate (Monday-Friday 8 a.m. to 5 p.m.): Night/Weekend Hourly Rate: Trip Charge: (A total of one (1) trip charge may be charged per “call,” unless additional is pre-authorized by the Contracting Officer. Percentage of Mark Up on Supplies/Equipment used in direct support of On-Call Repair and Emergency Repair: % Contractor shall furnish applicable supplies/equipment used in direct support of on-callrepairs and emergency repairs at the "Best Commercial Customer" rate. Reimbursement of applicable supplies/equipment used in direct support of on-callrepairs and emergency repairs shall be at cost plus percentage mark-up. 0004Maintenance and Repair of HVAC System Period of Performance: 3rd Option Year - December 1, 2012 through November 30, 2013. Contractor shall furnish all labor, tools, materials, equipment and transportation necessary to provide maintenance and repairs of HVAC system in Buildings 948, 949 and 950 for the Defense Commissary Agency Western Pacific Region Headquarters located at McClellan, CA 95652. Work is to be performed in accordance with the Performance Work Statement (PWS). 0004AAAir Handlers, Boilers and Chillers Quarterly Service performed on air handlers, boilers and chillers in buildings 948 and 950. 0004ABLiebert Units Monthly service to be performed on Building 948 for Liebert Units in accordance with the PWS. 0004ACAnnual Service for Building 949 Annual service required on building 949 in accordance with the PWS. 0004ADOn-Call Repair and Emergency Repair Contractor to provide on-call service in support of the HVAC Mechanical Equipment and Control Services, 24 hours a day, 7 days per week in accordance with the PWS. The following rates are applicable to this CLIN: Regular Hourly Rate (Monday-Friday 8 a.m. to 5 p.m.): Night/Weekend Hourly Rate: Trip Charge: (A total of one (1) trip charge may be charged per “call,” unless additional is pre-authorized by the Contracting Officer. Percentage of Mark Up on Supplies/Equipment used in direct support of On-Call Repair and Emergency Repair: % Contractor shall furnish applicable supplies/equipment used in direct support of on-callrepairs and emergency repairs at the "Best Commercial Customer" rate. Reimbursement of applicable supplies/equipment used in direct support of on-callrepairs and emergency repairs shall be at cost plus percentage mark-up. 0005Maintenance and Repair of HVAC System Period of Performance: 4th Option Year - December 1, 2013 through November 30, 2014. Contractor shall furnish all labor, tools, materials, equipment and transportation necessary to provide maintenance and repairs of HVAC system in Buildings 948, 949 and 950 for the Defense Commissary Agency Western Pacific Region Headquarters located at McClellan, CA 95652. Work is to be performed in accordance with the Performance Work Statement (PWS). 0005AAAir Handlers, Boilers and Chillers Quarterly Service performed on air handlers, boilers and chillers in buildings 948 and 950. 0005ABLiebert Units Monthly service to be performed on Building 948 for Liebert Units in accordance with the PWS. 0005ACAnnual Service for Building 949 Annual service required on building 949 in accordance with the PWS. 0005ADOn-Call Repair and Emergency Repair Contractor to provide on-call service in support of the HVAC Mechanical Equipment and Control Services, 24 hours a day, 7 days per week in accordance with the PWS. The following rates are applicable to this CLIN: Regular Hourly Rate (Monday-Friday 8 a.m. to 5 p.m.): Night/Weekend Hourly Rate: Trip Charge: (A total of one (1) trip charge may be charged per “call,” unless additional is pre-authorized by the Contracting Officer. Percentage of Mark Up on Supplies/Equipment used in direct support of On-Call Repair and Emergency Repair: % Contractor shall furnish applicable supplies/equipment used in direct support of on-callrepairs and emergency repairs at the "Best Commercial Customer" rate. Reimbursement of applicable supplies/equipment used in direct support of on-callrepairs and emergency repairs shall be at cost plus percentage mark-up. vi.Description of Requirements: The Defense Commissary Agency requests offerors to provide the following services: Quarterly Service performed on air handlers, boilers and chillers in buildings 948 and 950, and annual service required on building 949 in accordance with the PWS (ATTACHMENT D). Monthly service to be performed on Building 948 for Liebert Units in accordance with the PWS (ATTACHMENT D). Provide on-call service in support of the HVAC Mechanical Equipment and Control Services, 24 hours a day, 7 days per week in accordance with the PWS (ATTACHMENT D). vii.The period of performance is one (1) base year period – December 1, 2009 through November 30, 2010, with the possibility of four (4) additional one-year option periods. viii.Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition along with the following Addendum: Addendum to FAR 52.212-1 Instruction to Offerors – Commercial Items The following paragraphs are altered as follows: a. North American Industry Classification System (NAICS) Code: 238220 b.Submission of Offers: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers shall be submitted on the form provided (Attachment A). As a minimum, offers must show (see Attachment A): (1) The solicitation number: HDEC05-10-R-0001; (2) The time specified in the solicitation for receipt of offers: Friday, November 13, 2009, 4:00 p.m. EST; (3) The name, address, point of contact, fax number, and telephone number of the offeror; (4) Terms of any express warranty; (5) Price: Provide prices for the ordering periods for each service type as specified on Attachment A. Please note that proposals for all services must be provided to be considered for award; (6) “Remit to” address; (7) OFFERORS SHALL INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 (Alt 1), OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (Jan 2005) (as applicable) WITH THEIR OFFER, which may be completed electronically at http://orca.bpn.gov. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration (see ATTACHMENT C); (8) Signed acknowledgment of all Solicitation Amendments (if applicable); (9) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (10)Offers shall be submitted in electronic format by an authorized representative of the Offeror. Hand written portions and those including signatures shall be scanned into pdf format as one (1) document and emailed to jason.reedy@deca.mil. The following, or something similar, should be in the subject line for the email submittal: “Proposal from (company name) in response to RFP HDEC05-10-R-0001” (11)Reference information, to include the names, companies, and contact information (phone and email address) of at least three (3) individuals that can be asked to provide past performance information. References should represent previous work of similar scope to the requirements in this solicitation and should be current or prior customers (within the past three (3) years). NOTE: The Government reserves the right to contact the references; therefore, the references should be able to provide information concerning timeliness of deliveries, quality of products delivered, compliance with specifications, and contract terms, customer satisfaction and response level on taking corrective action when a delivery problem or non-conformance problem occurs. (12) Contractor Qualifications: Offerors shall show or describe that they meet the minimum contractor qualifications as outlined in the Performance Work Statement. (13) Completed provision at DFAR 252.212-7000. All questions of a technical and/or contractual nature concerning this solicitation shall be submitted in writing to Jason M. Reedy, Contract Specialist at jason.reedy@deca.mil no later than Thursday, November 5, 2009 at 4:00 p.m. EDST. A consolidated list of questions and answers, if applicable, will be provided to all prospective offerors as appropriate. Answers to questions will not alter the solicitation unless and until an amendment is made to the solicitation incorporating the answers. ix) Provision at 52.212-4501 (FAR 52.212-2) EVALUATION--COMMERCIAL ITEMS (JAN 1999) Addendum to 52.212-4501 (Evaluation-Commercial Items) (a) Initially the offers will be evaluated for responsiveness. In order to be considered responsive, the offeror must accept and meet all solicitation requirements. Any offeror deemed non-responsive will not be considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered, using best value/trade off method. The following factors shall be used to evaluate offers: Price and Past Performance: 1. Contractor Qualifications 2. Price 3. Past Performance* a) Quality of Services b) Timeliness of Services c) Customer Satisfaction & Business Relations d) Similarity of Experience *Note: The Government may use any comments provided by past performance references to validate numerical responses. The Past Performance subfactors “Quality of Services,” “Timeliness of Services,” and “Customer Satisfaction & Business Relations,” are equal in importance. The subfactor “Similarity of Experience,” is more important than each of the other individual subfactors. The relative importance of the factors is: Contractor Qualifications is approximately to Past performance. Contractor Qualifications when combined with Past performance is approximately equal to price. Contractor Qualifications: Qualifications will be evaluated on a Pass or Fail basis. To receive a Pass rating, an offeror’s proposal must meet all licensure, training, and certification requirements as outlined in the Performance Work Statement. Failure to meet all licensure, training, and certification requirements as outlined in the Performance Work Statement will result in the offeror being ineligible for award. (see Attachment A, Paragraph 12.) Price Evaluation: The Contracting Officer will use price analysis to determine price fair and reasonable. Offerors MUST provide pricing for all line items on Attachment A for each year. Incomplete proposals may be determined as ineligible for award. In evaluating price, the following estimated measures will be used to evaluate the base and each option year: Monthly Liebert Service: Offered price X 12 each services = evaluated price Quarterly Air Handler, Boiler, and Chiller Services: Offered price X 4 each services = evaluated price Yearly Service for Building 949: Offered price X 1 each service = evaluated price Estimated On-Call Service and Emergency Service (Monday-Friday, 8am to 5pm): Offered price per hour X Est. number of hours = evaluated price (Estimated number of hours per year is 350 for evaluation purposes) Estimated On-Call Service and Emergency Service (Night/Weekends): Offered price per hour X Est. number of hours = evaluated price (Estimated number of hours per year is 50 for evaluation purposes) Estimated Number of Trip Charges: Offered price per trip X Est. number of service calls = evaluated price (Estimated number of service calls per year is 40 for evaluation purposes) Percentage of Mark Up on Supplies/Equipment used in direct support of On-Call Repair and Emergency Repair: % (Est. contractor cost of supplies/equipment X Offered Percentage Mark Up) + Est. contractor cost of supplies/equipment = evaluated price (Estimated contractor cost of supplies/equipment is $8000.00 for evaluation purposes) Note: The number of service hours, service calls, and dollar value of supplies/equipment are estimates only and does not represent or guarantee any minimum or maximum number during the base year or any exercised option year. (See Attachment A, Paragraph 5) Past Performance Evaluation: In evaluating past performance, the Government will use the Past Performance Scores provided by the offeror’s references, and may use other sources of information, including, but not limited to federal, state and local government agencies, Better Business Bureaus, published media, electronic databases and contractor’s performance on DeCA contracts. The evaluation of past performance will consider relevant facts and circumstances. The Government will evaluate past performance as an indicator of future performance. The determination is a matter of judgment. Past performance scores will be averaged and weighted according to the evaluation plan. If any response is not applicable, that question will not be used as a part of the average and the weighting will be distributed within the sub-factor to standardize the total points available. Points will then be averaged by sub-factor, and converted to an adjectival rating based on the evaluation plan rating matrix. If pertinent information other than that submitted by the Offeror’s references is used, overall ratings may be changed based on that information. If neither the business nor any key personnel have a record of relevant past performance, the Government will rate past performance neither favorably nor unfavorably. (See Attachment A, Paragraph 11.) (b) Options and Price Evaluation. The Government will evaluate offers for award purposes by adding the total evaluated price for all options to the total evaluated price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract after signature by both parties, or signature by the government and performance by the contract awardee. x) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items apply to this acquisition along with the following Addendum: Addendum to 52.212-4 (Contract Terms and Conditions – Commercials): The following paragraphs are amended or added: (c)Changes: The government may issue unilateral written modifications that do not affect the substantive rights of the parties. Examples of administrative modifications are corrections in the payment office address or changes to the accounting and appropriation data. (i)Payment: Payment will be made by a member of the DeCA Contracting Business Unit (CBU), using the individual’s Government Purchase Card (GPC). xi.FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. The following additional clauses from paragraph “B” of clause 52.212-5 are also applicable to the acquisition: 52.203-6 ALT 1, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT, WITH ALT 1; 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS; 52.219-14, LIMITATIONS ON SUBCONTRACTING; 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; FAR 52.222-35, EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA AND OTHER ELIGIBLE VETERANS; 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; 52.222-41, SERVICE CONTRACT ACT OF 1965; 52.222-43, FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT - PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS); 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION; 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES; 52.232-36, PAYMENT BY THIRD PARTY. xii)In addition to the clauses stipulated above, the following clauses apply to this acquisition and are incorporated by reference: 52.202-1, DEFINITIONS; 52.204-4, PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER; 52.204-7, CENTRAL CONTRACTOR REGISTRATION; 52.204-9, PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL; 52.223-4, RECOVERED MATERIAL CERTIFICATION; 52.223-5, POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION; 52.223-12, REFRIGERATION EQUIPMENT AND AIR CONDITIONERS; 52.223-17, AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS; 52.232-17, INTEREST; 52.228-5, INSURANCE -- WORK ON A GOVERNMENT INSTALLATION; 52.237-1, SITE VISIT; 52.237-2, PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION; 52.237-3, CONTINUITY OF SERVICES; 52.242-13, BANKRUPTCY; 252.203-7002, REQUIREMENTS TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS; 252.204-7004 ALT A, ALTERNATE A, CENTRAL CONTRACTOR REGISTRATION; 252.209-7001, DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY; 252.209-7004, SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY; 252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS 252.232-7010, LEVIES ON CONTRACT PAYMENTS; 252.243-7001, PRICING OF CONTRACT MODIFICATIONS. Contract Terms and Conditions apply to this acquisition shown in full text are listed below and can be found at ATTACHMENT B: 52.204-4500, INSTALLATION ACCESS REQUIREMENTS; 52.217-4501, (FAR 52.217-9) OPTION TO EXTEND THE TERM OF THE CONTRACT; 52.217-4505, FAR 52.217-8 OPTION TO EXTEND SERVICES; 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION; 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES; 52.228-4500, LIABILITY TO THIRD PERSONS; 52.228-4501, VEHICLE OPERATION AND INSURANCE; 52.228-4502, OTHER INSURANCE REQUIREMENTS; 52.232-4503, REMIT TO ADDRESS; 52.233-4500, INDEPENDENT REVIEW OF AGENCY PROTESTS; 52.233-2, SERVICE OF PROTEST; 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.252-2, CLAUSES INCORPORATED BY REFERENCE; 52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS; 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (SEE ATTACHMENT C); 52.223-11, OZONE-DEPLETING SUBSTANCES; 252.201-7000, CONTRACTING OFFICER'S REPRESENTATIVE; 252.212-7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 2004) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract(FAR 52.212-5 (APR 2004) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 52.203-3, GRATUITIES; 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS; 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES; 252.243-7002, REQUESTS FOR EQUITABLE ADJUSTMENTS. (End of clause) xiii) The Defense Priorities and Allocations Systems (DPAS) rating is N/A. There are no numbered notes applicable to this solicitation. xiv)Proposals will be accepted in electronic format to Jason Reedy at jason.reedy@deca,mil, and must be received NO LATER THAN Friday, November 13, 2009, 4:00 PM EST. xv) The points of contact for this solicitation are: Jason M. Reedy, Contract Specialist, at 804-734-8000, ext 49815 (jason.reedy@deca.mil), or Michael G. Shaffer, the Contracting Officer, 804-734-8000, ext 48681 (Michael.shaffer@deca.mil). IMPORTANT NOTICE Upon award of this contract, the Agency intends to publish the awardee’s name, the total contract award amount, as well as any awarded individual contract line item pricing (CLIN and Sub-CLIN), within the Agency’s electronic reading room located @ www.commissaries.com. Unexercised option year prices will not be published. This action is being taken to ensure contract award information is available to the general public, as it was in the past, pursuant to the president’s January 21, 2009 memorandum regarding the Freedom of Information Act (FOIA). ATTACHMENTS A.RFP HDEC05-10-R-0001 – OFFER SUBMISSION FORM (RFP HDEC05-10-R-0001 - Attachment A - Offer Submission.doc) B.RFP HDEC05-10-R-0001 – CONTRACT TERMS & CONDITIONS IN FULL TEXT (RFP HDEC05-10-R-0001 - Attachment B - Terms and Conditions Full Text.doc) C.RFP HDEC05-10-R-0001 – OFFEROR REPRESENTATIONS AND CERTIFICATIONS, COMMERCIAL ITEMS, FAR 52.212-3 (RFP HDEC05-10-R-0001 - Attachment C - Offeror Reps and Certs.doc) DRFP HDEC05-10-R-0001 – PERFORMANCE WORK STATEMENT (RFP HDEC05-10-R-0001 - Attachment D - SOW.doc) ERFP HDEC05-10-R-0001 – BUILDING VIEWS AND EQUIPMENT LOCATIONS (RFP HDEC05-10-R-0001 - Attachment E - Views of Buildings.pdf)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DeCA/DeCA05AMDRAMDS/HDEC05-10-R-0001/listing.html)
 
Place of Performance
Address: Defense Commissary Agency, Western Region Headquarters, Bldgs 948, 949, and 905, McClellan AFB, California, 95652, United States
Zip Code: 95652
 
Record
SN01994034-W 20091030/091028235626-e1fc5615c9d4d9fba6ccf5423e9d7a81 (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.