SOLICITATION NOTICE
S -- Container Breakdown Service at DLA Distribution Warner Robins, GA (DDWG) - ATTACHMENT #4 - ATTACHMENT #3 - ATTACHMENT #1 - ATTACHMENT #2
- Notice Date
- 1/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562111
— Solid Waste Collection
- 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
- SP330012Q0025
- Point of Contact
- Angel D. Maldonado-Rodriguez, Phone: 7177704074
- E-Mail Address
-
angel.maldonado@dla.mil
(angel.maldonado@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- LIST OF CONTAINERS, QUANTITIES, SIZES AND WIEGHTS STATEMENT OF WORK (SOW) PICTURES OF WORK AREA WAGE DETERMINATION DLA Distribution Warner Robins, GA (DDWG) has a requirement for Container Breakdown Services. The service shall include the inspection of containers for parts, removal of reusable inserts from designated containers, wood container and nest container breakdown and disposal, and cleanup of the storage areas. Contractor shall provide all project management, supervision, labor, equipment, services, fees, and supplies required to perform the container breakdown and cleanup service at this site. 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP330012Q0025. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-55 effective 03 Jan 2012 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20111220 (Effective 20 Dec 2011) Edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-21. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. NOTE: This solicitation is 100% Set Aside for Small Business. The NAICS code applicable to this acquisition is 562111 and the size standard is $12.5 million. The service consists of the following: PERIOD OF PERFORMANCE: 120 DAYS FROM THE DATE OF CONTRACT AWARD SCHEDULE OF SUPPLIES/SERVICES CLIN 0001 - Contractor shall provide all labor, transportation, material, equipment, personnel and supervision necessary to perform container breakdown, removal and disposal services at DLA Distribution Warner Robins complete and in accordance with the attached statement of work (SOW) (Attachment #1). Reference Attachment #2 for a list of containers, quantities, sizes and weights. PRICE FOR THE JOB: $______________ TOTAL PERFORMANCE ADDRESS: DLA Distribution Warner Robins, Robins Air Force Base, Bldg. 351, Bldg. 393 & Bldg. 368, Warner Robins, GA 31098 - 1887. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. PREFERRED METHOD OF PAYMENT IS GOVERNMENT CREDIT CARD: DO YOU ACCEPT A CREDIT CARD? YES_____ NO ______ Contractors interested in scheduling a site visit must notify the Government point of contact (POC) Doris Moncrief, at least 24 hours prior to the date and time of the site visit. Contact information for Doris Moncrief is as follows: phone number 478-926-8006; email doris.moncrief@dla.mil. On the date of the site visit, all contractor employees must provide the following information to obtain a Controlled Industrial Area (CIA) badge to gain entrance to the work area: Company Name Employee Name Employee Social Security Number Employee Date of Birth Employee State and Country of Birth Proof of United States Citizenship One form of photo identification, i.e., valid driver's license or state issued identification card Current registration, proof of insurance and state inspection for each vehicle entering the base Contractor employees are not permitted to bring laptops, cameras (including cell phone cameras) or thumb drives onto the working area. Government POC will provide pictures of the interested work area, as requested (reference Attachment #3 for actual pictures of the work area). Contractors are advised that any and all questions concerning this project must be sent in writing to the Contracting Office at DLA Distribution, New Cumberland, PA. Questions may be sent via email to angel.maldonado@dla.mil or faxed to 717-770-7591. 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. 2005-2139, Revision No. 11 dated 06/13/2011 applies to this acquisition, and will be incorporated into the resulting purchase order. A copy of the Wage Determination is included with this solicitation as Attachment #4. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-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. FAR 52.204-7 Central Contractor Registration FAR 52.215-5 Facsimile Proposals FAR 52.237-1 Site Visit FAR 52.216-1 Type of Contract The Government contemplates the award of a firm-fixed price contract. FAR 52.252-1 Solicitation Provisions Incorporated by Reference DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.232-7010 Levies on Contract Payments DLAD 52.233-9000 AGENCY PROTESTS (NOV 2011) Companies protesting this procurement may file a protest (1) with the contracting officer, (2) with the Government Accountability Office (GAO), or (3) pursuant to Executive Order Number 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. (b) Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order Number 12979." (Note: Defense Logistics Agency (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 process 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) (NOV 2011) (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 Federal Acquisition Regulation (FAR) clause 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. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) The offeror should check here to opt out of this clause: [ ] 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) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Total price for the job (5) Proposed time frame to perform and complete all tasks identified in the SOW. (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (7) Past performance information from three (3) sources that clearly indicate that offeror has satisfactorily performed container breakdown, removal and disposal services on the same or similar job commercially or for the Government within the past three (3) years (refer to FAR 13.106-2 Evaluation of Quotations or Offers below). 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 by the offerors of past performance information from three (3) sources that clearly indicate they have satisfactorily performed container breakdown, removal and disposal services on the same or similar job commercially or for the Government within the past three (3) years. This information shall include the following: a. Contract Number b. Point of Contact c. Telephone Number d. Dollar Amount of Contract e. Brief description of type of job performed The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contacts, government systems, and other government agencies. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 FOB Destination 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 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation 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 52.223-18 Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.232-36 Payment by Third Party FAR 52.222-41 Service Contract Act FAR 52.222-42 Statement of Equivalent Rates for Federal hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits Laborer - WG03 $15.52 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.247-7023 Transportation of Supplies by Sea with Alternate III (End of Clause) The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. Wage Determination No. 2005-2139, Revision No. 11, dated 06/13/2011 is applicable to this solicitation. Note: The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies and services prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Offerors responding to this announcement shall submit their quotations via FAX to Angel Maldonado, 717-770-7591 or e-mail to angel.maldonado@dla.mil. All quotes must be received by FEBRUARY 24, 2012 AT 3:30 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330012Q0025/listing.html)
- Place of Performance
- Address: DLA Distribution Warner Robins, Warner Robins, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN02663075-W 20120129/120127234904-5318fc7989d7655c1f2aae36efead7e0 (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 |