SOLICITATION NOTICE
D -- Telephone Maintenance Support Services - Attachments
- Notice Date
- 7/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication 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
- SP330011Q1015
- Archive Date
- 1/31/2012
- 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
- SP330011Q1015 Attachment 3: WD 05-2067 (Rev 11) SP330011Q1015 Attachment 2: Statement of Work SP330011Q1015 Attachment 1: Continuation of Supplies and Services This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Acquisitions of Commercial Items and FAR 13.5 - 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. Solicitation SP3300-11-Q-0015 is being issued as a Request For Quote (RFQ). This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53 effective 05 July 2011, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20110629 edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2011-19. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This is a Service-Disabled Veteran-Owned Small Business Concern (SDVOSB) set-aside for On-site Telephone Maintenance Services for DLA Information Operations New Cumberland sited at San Joaquin which operates two facilities in San Joaquin County, CA. The Associated North American Industry Classification System (NAICS) code is 811213 with a small business size standard of $10,000,000.00. In order to have an offer considered for award, the contractor must certify itself as a SDVOSB concern and certify that it is a Small Business concern under the NAICS code assigned to this acquisition. Otherwise the offer may be considered non-responsive and not evaluated for award. A joint venture may be considered a SDVOSB if all requirements under FAR 19.1403(c) Status of a Service-disabled Veteran-owned Small Business Concern are met. This procurement is for on-site telephone maintenance for DLA Information Operations New Cumberland sited at San Joaquin which operates two facilities located in San Joaquin County area of California. The Sharp facility is located 1.5 miles east of Lathrop, CA. and the Tracy facility located in Tracy, CA. The contractor is to provide all labor, transportation, tools, equipment, and material (other than those designated as Government-Furnished) necessary to perform telephone maintenance support services in accordance with the attached Statement of Work. The services are currently being performed by North American Communications, Inc. 7735 Arrowood CT, Bethesda MD 20817-2821 under award SP330010F0346. The Service Contract Act (SCA) applies to this acquisition. Attachments: Attachment 1: Continuation of Supplies and Service Attachment 2: Statement of Work Attachment 3: SCA Wage Determination This is a time-and-material contract type for a Base and two Option Years for a total of three years if all option years are exercised. On or about: Base Year: 01 September 2011 through 31 August 2012 Option Year 1: 01 September 2012 through 31 August 2013 (if exercised by the Government) Option Year 2: 01 September 2013 through 31 August 2014 (if exercised by the Government) The quantity (hours) represent the Government's best known estimates for the service. The contractor shall be paid for the actual services provided at the prices specified. If the Government requirements do not result in the amount described as estimated, such event shall not constitute the basis for an equitable adjustment under the contract. The contractor is reminded that any modifications, changes, or requests for work other than that is described in the contract must be approved by the Contracting Officer. If the contractor performs work outside of the scope of this contract through modification, change order, or any other request, and without written approval of the Contracting Officer, the contractor acknowledges that the Government will not pay for any additional services. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The method of payment for services and supplies under this order is by the Acquisition Operations Office via the Defense Finance and Accounting Service (DFAS). The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (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. 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. 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) Hourly Labor Rates and extended cost on all CLINS including the Base and all option years, and total price for the entire order. (4) Proposed personnel demonstration of knowledge, skills, and experience through the submission of the following: • Training certificates demonstrating the proposed personnel possess sufficient knowledge and skills in working and maintaining an Avaya S8710 PBX system and the Intuity Audix Voice Messaging system. • Training certificates, resumes, or narrative demonstrating proposed personnel have hands on experience in working with Microsoft Office Professional Suite in particular MS Word, Excel, and Access Database. • Training certificate or resume demonstrating the proposed personnel possess sufficient knowledge and ability in working with a telephone cable plant. • Resume(s) of proposed personnel demonstrating experience on working with the Avaya S8710 PBX system, Intuity Audix Voice Messaging system, and a telephone cabling plant. If a proposed person has less than a year's experience, them a narrative will be required to demonstrate the proposed person's ability to meet the requirements of the Statement of Work (SOW). • Aerial Lift Training certification and licenses required by the State of California and San Joaquin County, if different than the state requirement. • Provide experience in using aerial lifts in resumes or through a narrative describing experience. If the offeror has less than a year of experience in performing tasks associated with SOW, the offeror shall provide a narrative of the proposed personnel's expertise on how the proposed personnel have the experience and knowledge required to perform the tasks associated with the SOW. (5) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (7) Self certification as a Service-Disabled Veteran-Owned Small Business Concern and certification as a Small Business Concern based on the NAICS associated with this acquisition through the Online Representations and Certifications Application (ORCA) or through the completed provision FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items. (8) The offeror shall provide at least three previous contacts similar in size and scope as to the attached SOW. The past performance information shall contain at a minimum the contract award number, the name of the organization issuing the award, contact information for the Contracting Officer or representative that awarded the contract, the dollar value of the award, and the period of performance of the award. If the offeror does not have any relevant past performance information, the offeror shall provide a narrative of their experience and knowledge demonstrating the offerors ability in meeting the requirements of the SOW. FAR 52.212-2 Evaluation Commercial Items (a) The Government will award one 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. The following factors shall be used to evaluate offers: (i). Certification as a SDVOSB concern. The minimum requirement to be found acceptable is for the offeror to self certify through ORCA or provision FAR 52.212-3. If the offeror does not provide the self certifications, the offeror shall be found unsuccessful and shall not be further evaluated for award and the offeror shall be determined to be non-responsive. (ii.) Certification as a Small Business Concern under the NAICS code assigned to this acquisition. The minimum requirement to be found acceptable is for the offeror to self certify through ORCA or provision FAR 52.212-3. If the offeror does not provide the self certifications, the offeror shall be found unsuccessful and shall not be further evaluated for award and the offeror shall be determined to be non-responsive. (iii.) Technical capability of the proposed personnel. The technical capability of proposed personnel will be subjectively evaluated on a pass/fail basis. Each subfactor will individually be evaluated and rated on a pass/fail basis. (A) Training certifications for the Avaya S8710 PBX system and the Intuity Audix Messaging System. (B) Training certification, resume, or narrative demonstrating knowledge and skills in working with a telephone cabling plant. (C) Aerial lift training certification or aerial lift license to use an aerial lift in the state of California and in San Joaquin County, CA, if different then the state requirement. (C) Ability to work with MS Office Professional Suite through a training certificate, resume, or narrative. (D) Proposed personnel capability. The minimum requirement to be found technically acceptable is a resume demonstrating the proposed personnel's ability to perform the tasks in the SOW. If proposed personnel have less then a year of experience, a narrative demonstrating how the experience of the personnel proposed can meet the requirements of the SOW. If the offeror is found technically acceptable for proposed personnel, then the offeror will be reviewed for past performance. Otherwise if an offeror fails all or part of the technically acceptability of the proposed personnel, then the offeror will not be further evaluated and not be considered for award. (iv) Past performance of offeror in performing similar or same telephone maintenance as in the SOW. The Government will evaluate past performance on a pass/fail basis. In evaluating past performance, the Government will consider information in the offorer's quote, information from the offeror's submitted past performance information, and information obtained from other sources. Other sources may include past and present customers, other Government agencies, consumer protection agencies and better business bureaus, and other may have useful information. Evaluation of past performance will be subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government will seek to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely service. Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive a neutral rating for past performance. (v) Price. The Government intends to award a Time-and-Material contract to the lowest priced technically acceptable offeror on an all or none basis. b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total 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 without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 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 52.216-31 - Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DLAD 52.233-9000 AGENCY PROTESTS 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) (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) FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addenda to FAR 52.212-4: FAR 52.212-4 Alternate I The following paragraphs are incorporated in full text: (D) Other Costs. Unless listed below, other direct and indirect costs will not be reimbursed. (1) Other direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: [Insert each element of other direct costs (e.g., travel, computer usage charges, etc. Insert "None" if no reimbursement for other direct costs will be provided. If this is an indefinite delivery contract, the Contracting Officer may insert "Each order must list separately the elements of other direct charge(s) for that order or, if no reimbursement for other direct costs will be provided, insert ‘None'."] (2) Indirect Costs (Material handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price: [Insert a fixed amount for the indirect costs and payment schedule. Insert "$0" if no fixed price reimbursement for indirect costs will be provided. (If this is an indefinite delivery contract, the Contracting Officer may insert "Each order must list separately the fixed amount for the indirect costs and payment schedule or, if no reimbursement for indirect costs, insert ‘None'."] This statement is for information only This is not a wage determination: Government employee class: GS-393-09 Monetary Wage - Fringe benefits: $19.92 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items in paragraph (b) the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-14 Limitations on Subcontracting FAR 52.219-27 Notice of Total Service-Disabled Veteran-Owned 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 FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-54 Employment Eligibility Verification FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration In paragraph (c) the following clauses apply: FAR 52.222-41 Service Contract Act of 1965, as Amended FAR 52.222-42 Statement of Equivalent Rates for Federal Hires 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: FAR 52.203-3 Gratuities DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7021 Trade Agreements DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel DFARS 252.232-7010 Levies on Contract Payments DLAD 52.204-9003 Vendor Security Requirements 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) All questions and inquiries should be addressed via email to Alan.Noble@dla.mil, Request for Quote Number SP3300-11-Q-1015. Pricing and representations/certifications are required NLT 4:00 PM EDT ON 29 JULY 2011. This information should be submitted to above email address or faxed to 717-770-7591. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330011Q1015/listing.html)
- Place of Performance
- Address: DLA Distribution San Joaquin Tracy and Sharp, CA sites., United States
- Record
- SN02506125-W 20110723/110721235039-0bdc04f7b6ff20af30c4f734e26a21db (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 |