SOLICITATION NOTICE
J -- Preventive and Remedial Maintenance Services on Automated Material Handling Systems and Associated Ancillary Equipment at DLA Distribution Pearl Harbor Hawaii - RFQ SP330011Q1030
- Notice Date
- 7/18/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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
- SP330011Q1030
- Point of Contact
- Catherine Doyne, Phone: 7177707390
- E-Mail Address
-
catherine.doyne@dla.mil
(catherine.doyne@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 6 - Schedule of Supplies/Services Attachment 7 - Certfication of Offeror's Accounting System Attachment 5 - DoL Wage Determination Attachment 4 - EMACS Maintenance Workorder Attachment 3 - DDPH Equipment Inventory List Attachment 2 - DDPH Maintenance Task Charts Attachment 1 - SOW RFQ SP330011Q1030 1.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlines Procedures for Evaluation and Solicitation for Commercial Items in conjunction with 13.5 of the Federal Acquisition Regulations (FAR) - Test Program for Certain Commercial Items 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 is a Request for Quote (RFQ) and the solicitation number is SP330011Q1030. 2.This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53 effective 05 July 2011 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20110629 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2011-12. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. 3.This Request for Quotation (RFQ) is being issued to establish a firm-fixed price and time and materials contract for preventive and remedial maintenance support services on automated material handling systems and associated ancillary equipment at the Defense Logistics Agency Distribution Pearl Harbor Hawaii (DDPH). The contractor shall provide all labor, equipment, tools, test equipment, materials, replacement parts, and supervision necessary to perform on Government owned equipment located at DDPH. The services shall be performed in accordance with Statement of Work (SOW) provided at Attachment 1 (see attached RFQ SP330011Q1030, Attachments 1 - 7. 4.This RFQ is 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 811310 and the size standard is $7,000,000.00. 5.PERIOD OF PERFORMANCE: The period of performance shall be on or about Base Year: 26 September 2011 through 25 September 2012 Option Year 1: 26 September 2012 through 25 September 2013 Option Year 2: 26 September 2013 through 25 September 2014 6. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD Central Contractor Registration (CCR) Database. Company Name: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ 7. CENTRAL CONTRACTOR REGISTRATION - As stated in referenced FAR 52.212-1 Instructions to Offerors, paragraph (k) Central Contractor Registration, a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-800-227-2423 or 269-961-5757. 8.The offeror must complete the certification of the accounting system found in Attachment 7. Failure to provide the certification will eliminate the offeror from consideration for award. The offeror shall also provide a description of the accounting system in this quote which demonstrates the ability of the vendor adhere with the items found in the certification statement. If the offeror possesses a DCAA approved accounting system, the offeror may provide the date of approval and the cognizant DCAA office in lieu of the description required above. "The Government does reserve the right to conduct a post-award audit." 9. Invoicing and Payment: Billing shall be made monthly in arrears. Invoices shall be submitted on the 5th day of the month to the Contract Specialist listed on page 1 of this document in the block titled, " Administered by" with a copy to the responsible Contracting Officer Representative (COR) for certification and payment. Invoices shall contain all required price and cost documentation, as applicable. Invoices shall be neat and legible and clearly state the labor hours, repair parts and associated costs, and any other required information, as applicable. The COR shall enter the Preventive and Remedial Maintenance invoice data into EMACS prior to forwarding the certified invoice to the contract administrator for payment. 10.CONTRACT PRICING: CLINs XX19 & XX20 are time and material CLINs. Reference FAR 52.212-4 Alt I, the contractor shall be reimbursed for actual hours incurred only. The contractor shall not exceed the CLIN/contract ceilings without prior approval from the Contracting Officer. The prices charged to the Government for a purchased part under CLIN XX20 shall be the contractor's actual costs for the item. If the contractor obtains a part at a discounted cost, the contractor shall pass the savings on to the Government. Upon request of the Contracting Officer Representative (COR), the contractor will be required to provide invoices and/or proof of pricing for the contractor purchased part. CLINs XX01 to XX18 are firm-fixed price CLINs. 11.WAGE DETERMINATION: This requirement is subject to the Service Contract Act. Wage Determination No. 2005-2153, Revision No. 15, dated 13 June 2011, is provided as Attachment 5. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination. The Wage Grade (WG) equivalent to this position is as follows: Heavy Equipment Mobile Mechanic = $28.59 per hour (WG-5803-10, Step 1) 12.INSURANCE: Any required insurance certifications must be submitted to the Contracting Officer within ten (10 days after the date of contract award as referenced in FAR 52.228-5 and DLAD 52.228-9000.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330011Q1030/listing.html)
- Place of Performance
- Address: DLA Distribution Pearl Harbor Hawaii, Pearl Harbor, Hawaii, 96860, United States
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN02502577-W 20110720/110719001147-7953b7b8587476c82d4df8f948cfc0f2 (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 |