SOLICITATION NOTICE
26 -- Replace Container Handler Tires - Attachments
- Notice Date
- 12/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326211
— Tire Manufacturing (except Retreading)
- 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
- SP330010Q0013
- Archive Date
- 6/28/2010
- 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
- Attachment 2: Statement of Work Replace Tires on Fantuzzi Model CS 45KL Serial 500665 Attachment 1: Statement of Work Replace Tires On Fantuzzi Model CS 45KL Serial 500666 The Defense Distribution Depot Hill (DDHU) located in Ogden, UT has a requirement for a total of eight (8) Off-The Road tires for two Fantuzzi stock selectors with installation. Fantuzzi model number CS 45KL serial number 500666 manufactured in 2000 requires all six tires to be replaced. Fantuzzi model number CS 45KL serial number 500665 requires 2 tires replaced and the other four front tires rotated. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number SP3100-10-Q-0013 is being issued as a Request for Quote (RFQ). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-37 effective 13 Nov 2009, Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20091019 (Amended) Edition, and the Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-47 & (43). 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 full and open and is unrestricted to business size. The NAICS code applicable to this acquisition is 326211 and the small business size standard is 1000 employees. Preferred method of payment is by Government Credit Card, but is not mandatory to be eligible for award. Contractor must state on the quote if credit card payment is acceptable, otherwise no other comment is required. The requirement consists of the following: CLIN 0001 – Supply a total of six (6) tires with installation for Fantuzzi Model CS 45KL serial number 500666. Firm Fixed Price (FFP) shall include all labor, materials, and equipment to remove existing tires, install new tires, and disposal of the old tires in accordance with the attachment 1: Statement of work for Fantuzzi Model CS 45KL serial number 500666. 6 each tire with installation @ $____________ (FFP) per each Extended Price $_______________________ (FFP) CLIN 0002 - Supply a total of 2 tires with installation for Fantuzzi Model CS 45KL serial number 500665. Firm Fixed Price (FFP) shall include all labor, materials, and equipment to remove existing tires, install new tires, and disposal of the old tires and rotate tires in accordance with the attachment 2: Statement of work for Fantuzzi Model CS 45KL serial number 500665. 2 each tire with installation @ $____________ (FFP) per each Extended Price $_______________________ (FFP) Overall total price to be used for evaluation: $___________________________ (FFP) Place of performance: DDHU, Ogden UT 84056 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. DFARS 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate 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. 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 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 to be used for technical acceptability evaluation. Descriptive literature means information furnished by an offeror, such as cuts, illustrations, drawings, and brochures, that shows a product’s characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. Descriptive literature shall demonstrate that the product being offered meets the technical characteristics in the attached statements of work. The Government may reject any offers that descriptive literature was not received by the solicitation close date. 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 on a all-or-none basis to the responsible offeror whose quote represents the lowest price technically acceptable offer for all CLINS. Therefore to be considered for award, a quote must be provided for all CLINS. Technical acceptability evaluation: Technical acceptability will be based on a subject evaluation of the offeror’s descriptive literature that demonstrates the quoted product meets the Government’s minimum requirements in the attached Statements of Work. Technical Factor to be evaluated: Descriptive literature demonstrating the quoted product meets the Government’s minimum requirement in accordance with the attached Statements of Work. Evaluation will be on a Pass/Fail Basis. Only offers receiving an evaluation of “Pass” will be evaluated for price. Price evaluation: Only technically acceptable offers will be evaluated for price. Price will be evaluated on the offeror’s overall total quoted price. FAR 52.212-4 Contract Terms and Conditions–Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.204-7 Central Contractor Registration FAR 52.247-34 FOB Destination DFARS 252.232-7010 Levies on Contract Payments DFARS 252.246-7003 Notification of Potential Safety Issues FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: 52.219-28, Post Award Small Business Program Rerepresentation 52.222-19, Child Labor—Cooperation with Authorities and Remedies 52.222-26, Equal Opportunity 52.222-21, Prohibition of Segregated Facilities 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration 52.232-36, Payment 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: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program Alternate I 252.247-7023, Transportation of Supplies by Sea Alternate 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 December 14, 2009 at 12:00 PM Eastern to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330010Q0013/listing.html)
- Place of Performance
- Address: Defense Distribution Depot Hill (DDHU), Hill AFB, Ogden, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN02015570-W 20091204/091203000907-58edb4499dd82898c26fa9440c2e0f54 (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 |