SOLICITATION NOTICE
J -- Gate Repair and Maintenance - Supporting Documents
- Notice Date
- 2/3/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- 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
- SP3300-10-Q-0056
- Archive Date
- 3/4/2010
- Point of Contact
- Judith A. Erickson, Phone: 7177707442
- E-Mail Address
-
judith.erickson@dla.mil
(judith.erickson@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Wage Determination The Defense Distribution Depot Norfolk, VA (DDNV) has a requirement to perform quarterly on-site maintenance and unscheduled repairs on gates, gate controllers and fences This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 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 SP3300-10-Q-0056. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-38 effective 10 DEC 2009 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20091229 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-57 &(44). 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 an unrestricted requirement. The NAICS code applicable to this acquisition is 238990 and the small business size standard is $14M. The requirement consists of the following: This acquisition will be for a Base year with 2 option years. The attached Department of Labor Wage Determination No. 2005-2543, Rev. No. 10 dated 5/26/2009 is applicable to this acquisition. CLIN 0001 – BASE YEAR 01 MAY 2010 THROUGH 30 APRIL 2011 CONTRACTOR SHALL PROVIDE ALL LABOR AND MATERIALS FOR QUARTERLY PREVENTIVE MAINTENANCE, REPAIR OF THE GATES AND GATE CONTROLLERS, REPAIR AND ADJUSTMENTS TO FENCING, AND UNSCHEDULED MAINTENANCE AT DDNV IN ACCORDANCE WITH THE STATEMENT OF WORK. CLIN 0001AA - QUARTERLY PREVENTIVE MAINTENANCE (PM) 11 GATES @_________ PER GATE =__________ X 4 QUARTERS = ___________________TOTAL PM FOR THE BASE YEAR. CLIN 0001AB - UNSCHEDULED REPAIRS AND ADJUSTMENTS TO FENCING AND TO THE GATES AND HYDRAULIC ARM DURING NORMAL BUSINESS HOURS (MONDAY – FRIDAY, 7:00 AM TO 4:30 PM) ESTIMATED 175 HOURS @ $________ PER HOUR = $_________ ESTIMATED TOTAL CLIN 0001AC - UNSCHEDULED REPAIRS AND ADJUSTMENTS TO FENCING AND TO THE GATES AND HYDRAULIC ARM OUTSIDE OF NORMAL BUSINESS HOURS ESTIMATED 175 HOURS @ $________ PER HOUR = $_________ ESTIMATED TOTAL CLIN 0001AD – ESTIMATED AMOUNT FOR REPAIR/REPLACEMENT PARTS TO BE DETERMINED. (NOTE: REPAIR/REPLACEMENT PARTS WILL BE AN ESTIMATED AT A NOT TO EXCEED AMOUNT. CLIN 0001AD WILL NOT BE PART OF THE EVALUATION SINCE THIS AMOUNT WILL BE DETERMINED BY THE GOVERNMENT. THE CONTRACTOR SHALL ONLY INVOICE THE GOVERNMENT FOR ACTUAL COSTS PAID FOR REPAIR /REPLACEMENT PARTS.) CLIN 1001 –OPTION YEAR 1 - 01 MAY 2011 THROUGH 30 APRIL 2012 CONTRACTOR SHALL PROVIDE ALL LABOR AND MATERIALS FOR QUARTERLY PREVENTIVE MAINTENANCE, REPAIR OF THE GATES AND GATE CONTROLLERS, REPAIR AND ADJUSTMENTS TO FENCING, AND UNSCHEDULED MAINTENANCE AT DDNV IN ACCORDANCE WITH THE STATEMENT OF WORK. CLIN 1001AA - QUARTERLY PREVENTIVE MAINTENANCE (PM) 11 GATES @_________ PER GATE =__________ X 4 QUARTERS = ___________________TOTAL PM FOR THE BASE YEAR. CLIN 1001AB - UNSCHEDULED REPAIRS AND ADJUSTMENTS TO FENCING AND TO THE GATES AND HYDRAULIC ARM DURING NORMAL BUSINESS HOURS (MONDAY – FRIDAY, 7:00 AM TO 4:30 PM) ESTIMATED 175 HOURS @ $________ PER HOUR = $_________ ESTIMATED TOTAL CLIN 1001AC - UNSCHEDULED REPAIRS AND ADJUSTMENTS TO FENCING AND TO THE GATES AND HYDRAULIC ARM OUTSIDE OF NORMAL BUSINESS HOURS ESTIMATED 175 HOURS @ $________ PER HOUR = $_________ ESTIMATED TOTAL CLIN 1001AD – ESTIMATED AMOUNT FOR REPAIR/REPLACEMENT PARTS TO BE DETERMINED. (NOTE: REPAIR/REPLACEMENT PARTS WILL BE AN ESTIMATED AT A NOT TO EXCEED AMOUNT. CLIN 1001AD WILL NOT BE PART OF THE EVALUATION SINCE THIS AMOUNT WILL BE DETERMINED BY THE GOVERNMENT. THE CONTRACTOR SHALL ONLY INVOICE THE GOVERNMENT FOR ACTUAL COSTS PAID FOR REPAIR /REPLACEMENT PARTS.) CLIN 2001 –OPTION YEAR 2 - 01 MAY 2012 THROUGH 30 APRIL 2013 CONTRACTOR SHALL PROVIDE ALL LABOR AND MATERIALS FOR QUARTERLY PREVENTIVE MAINTENANCE, REPAIR OF THE GATES AND GATE CONTROLLERS, REPAIR AND ADJUSTMENTS TO FENCING, AND UNSCHEDULED MAINTENANCE AT DDNV IN ACCORDANCE WITH THE STATEMENT OF WORK. CLIN 2001AA - QUARTERLY PREVENTIVE MAINTENANCE (PM) 11 GATES @_________ PER GATE =__________ X 4 QUARTERS = ___________________TOTAL PM FOR THE BASE YEAR. CLIN 2001AB - UNSCHEDULED REPAIRS AND ADJUSTMENTS TO FENCING AND TO THE GATES AND HYDRAULIC ARM DURING NORMAL BUSINESS HOURS (MONDAY – FRIDAY, 7:00 AM TO 4:30 PM) ESTIMATED 175 HOURS @ $________ PER HOUR = $_________ ESTIMATED TOTAL CLIN 1001AC - UNSCHEDULED REPAIRS AND ADJUSTMENTS TO FENCING AND TO THE GATES AND HYDRAULIC ARM OUTSIDE OF NORMAL BUSINESS HOURS ESTIMATED 175 HOURS @ $________ PER HOUR = $_________ ESTIMATED TOTAL CLIN 2001AD – ESTIMATED AMOUNT FOR REPAIR/REPLACEMENT PARTS TO BE DETERMINED. (NOTE: REPAIR/REPLACEMENT PARTS WILL BE AN ESTIMATED AT A NOT TO EXCEED AMOUNT. CLIN 2001AD WILL NOT BE PART OF THE EVALUATION SINCE THIS AMOUNT WILL BE DETERMINED BY THE GOVERNMENT. THE CONTRACTOR SHALL ONLY INVOICE THE GOVERNMENT FOR ACTUAL COSTS PAID FOR REPAIR /REPLACEMENT PARTS.) SUMMARY: CLIN 0001 - BASE YEAR TOTAL ESTIMATED AMOUNT:$__________ CLIN 1001 - OPTION YEAR 1 TOTAL ESTIMATED AMOUNT: $__________ CLIN 2001 - OPTION YEAR 2 TOTAL ESTIMATED AMOUNT:$__________ TOTAL ESTIMATED AMOUNT FOR ALL CLINS:$__________ Delivery point is FOB DESTINATION to Defense Distribution Depot Norfolk, VA, 1968 Gilbert Street, Norfolk, VA 23512-0001 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Payment for supplies under this order will be made by the Acquisition Operations Office via the Government Purchase Card (VISA). NOTE: Since all payments under this purchase order will be made via the Government Purchase Card, the Contractor must accept the VISA Credit Card for payment of all supplies ordered under this purchase order. 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. 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. Contractors shall submit information from three (3) sources that clearly indicate they have satisfactorily provided the same or similar services commercially or to the Government within the last three (3) years. This information shall include: a.Contract Number b.Point of Contact c.Telephone Number d.Dollar Amount of Contract e.Brief description of services provided Note: This information shall be used to determine technical acceptability. The Government will evaluate this information on an acceptable/unacceptable basis. Evaluation of this information will be a subjective assessment based on consideration of all relevant facts and circumstances. EVALUATION OF QUOTATIONS: The Government intends to evaluate quotes in response to this quotation in accordance with FAR 13.106-2. Award will be made to the lowest price technically acceptable contractor. 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 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraphs (a) (b) & (c) ) the following clauses apply: FAR 52.219-6 Notice of Total Small Business Set-Aside 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 52.232-36 Payments by Third Party FAR 52.222-50 Combating Trafficking in Persons FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.222-41 Service Contract Act of 1965 FAR 52.222.42 Statement of Equivalent Rate for Federal Hires FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year and Option Contracts) 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 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I DFARS 252.247-7023 Transportation of Supplies by Sea 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. Offerors responding to this announcement shall submit their quotations via FAX to Judy Erickson, 717-770-7442 or e-mail to Judith.Erickson@dla.mil. All quotes must be received by February 17, 2010 AT 3:30 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0056/listing.html)
- Place of Performance
- Address: Defense Distribution Depot Norfolk, VA, 1968 Gilbert Street, Norfolk, VA 23512-0001, United States
- Zip Code: 23512-0001
- Zip Code: 23512-0001
- Record
- SN02056692-W 20100205/100203235051-2162f2c77f58d686a0c54e0782c9b275 (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 |