Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

J -- PREVENTATIVE MAINTENANCE AND EMERGENCY REPAIR SERVICE, UNINTERRUPTIBLE POWER SUPPLY (UPS) UNITS - ATTACHMENTS TO RFQ SP3300-10-Q-0220

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-10-Q-0220
 
Point of Contact
DANIEL L HERRING, Phone: 717-770-6030
 
E-Mail Address
daniel.herring@dla.mil
(daniel.herring@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WAGE DETERMINATION FOR RFQ SP3300-10-Q-0220 STATEMENT OF WORK AND EQUIPMENT LIST FOR RFQ SP3300-10-Q-0220 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) and the solicitation number is SP3300-10-Q-0220. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43 effective 02 AUG 2010, and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20100820 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2010-33. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is 100% Set Aside for Small Business; the NAICS code for this procurement is 811219. The size standard for this NAICS code is $7,000,000.00. DLA Distribution Susquehanna PA has a requirement for a contractor to perform Preventative Maintenance on a Bi-Annual basis, and provide Emergency Repair Service within 2 hours of notification of system failure, for a quantity of Uninterruptible Power Supply (UPS) units. Preventative Maintenance and Emergency Repair Service will be performed in accordance with the Statement of Work attached to this solicitation. A detailed listing of the UPS requiring maintenance and/or repair is included in Attachment 1 to the SOW. A copy of the UPS Maintenance Record is included in Attachment 2 to the SOW. The Period of Performance for this requirement is from October 1, 2010 through September 30, 2011. This acquisition is Subject to Availability of funds in accordance with FAR 52.232-18 - Availability of Funds (APR 1984). CLIN 0001 - Preventative Maintenance for Uninterruptible Power Supply (UPS) Bi-annually to include labor, materials and supervision as stated in the attached Statement of Work (SOW) - Quantity 2 Services. Unit price $______________ x 2 = $___________________ CLIN 0002 - Emergency Repair Service to Uninterruptible Power Supply (UPS) response within one (1) hour of notification of system failure, to include parts. Prices for parts shall be at manufacturer's invoice cost; itemized receipts/invoices must be provided for reimbursable parts. Estimated 30 hours @ $_____________ per hour = $___________________ The Government requests that contractors provide a Firm Fixed Price for the Preventative Maintenance for UPS (CLIN 0001). The Government requests that contractors provide an Hourly Labor Rate for the Emergency Repair Service to UPS (CLIN 0002). Contractors shall not provide quotes for Parts on CLIN 0002 as a level of funding will be provided on a Not-to-Exceed basis for this purpose. NOTE: If the hourly labor rate for repairs is quoted "portal to portal", "portal to portal" will be measured from the contractors' address as shown in their Central Contractor Registration (CCR) only. Contractors must be capable of accepting payment by either electronic funds transfer or government credit card for this procurement. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. 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. Service Contract Act Wage Determination No. 2005-2455 Revision No. 11 dated 08/10/2010 applies to this acquisition, and will be incorporated into the resulting purchase order. A copy of the Wage Determination is attached to this solicitation. The following FAR, DFARS and DLAD clauses and provisions apply to this acquisition: FAR 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited 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 CLIN(S). (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). (6) Certification documentation for proof of maintenance/technical proficiency and certification requirements to perform maintenance on all UPS systems listed in the SOW, as described below under FAR 13.106-2 Evaluation of Quotations or Offers, that clearly indicate that the offeror meets the minimum technical requirements of the Government as contained in the attached Statement of Work. 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. FAR 13.106-2 Evaluation of Quotations or Offers: The Government intends to award one purchase order as a result of this Request for Quote. Award will be based on the total overall lowest price quoted which meets the technical acceptability standards. The following criteria shall be used to establish technical acceptability: Submittal of certification documentation for proof of maintenance/technical proficiency and certification requirements to perform maintenance on all UPS Systems listed on Attachment 1 to the SOW (reference SOW paragraphs 3.1 and 3.2). FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) Addenda to 52.212-4; the following clauses apply and are incorporated by reference: FAR 52.217-8 Option to Extend Services (NOV 1999) Fill-in for clause: 60 days FAR 52.232-7 Payments Under Time-and-Materials and Labor-Hour Contracts (FEB 2007) FAR 52.243-3 Changes - Time-and-Materials or Labor-Hours (SEP 2000) FAR 52.246-6 Inspection - Time-and-Material and Labor-Hour (MAY 2001) Addenda to 52.212-4; the following clause applies and is incorporated in full text: FAR 52.232-18 -- Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (JUL 2010). In paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) FAR 52.219-6 Notice of Total Small Business Set Aside (JUN 2003) FAR 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.232-36 Payment by Third Party (FEB 2010) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) In paragraph (c) the following clauses apply: FAR 52.222-41 Service Contract Act of 1965 (NOV 2007) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) This statement is for Information Only, it is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Electronics Technician Maintenance III - WG-10 $21.47 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010). The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) with Alternate III (MAY 2002) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) Offerors responding to this announcement shall submit their quotations via FAX to Dan Herring, 717-770-7591 or e-mail to daniel.herring@dla.mil. All quotes must be received by SEPTEMBER 13, 2010 AT 4:00 PM EDT to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0220/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION SUSQUEHANNA PA, NEW CUMBERLAND, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02258337-W 20100829/100827235703-38aa4485699df7b1fa32c8da57924ca3 (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.