SOLICITATION NOTICE
V -- SEAVAN AND REFRIDGIRATED CONTAINER MOVEMENT AND REFRIDGERATED CONTAINER MAINTENANCE - Package #1
- Notice Date
- 6/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488320
— Marine Cargo Handling
- 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
- SP3300-12-Q-0077
- Point of Contact
- Judith A. Erickson, Phone: 7177707442, Julie A Metzger, Phone: 717-770-6243
- E-Mail Address
-
judith.erickson@dla.mil, julie.metzger@dla.mil
(judith.erickson@dla.mil, julie.metzger@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- LONGSHOREMAN'S AGREEMENT CERTIFICATION OF OFFEROR'S ACCOUNTING SYSTEM STATEMENT OF WORK (SOW) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 Quotation (RFQ) and the solicitation number is SP3300-12-Q-0077. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 MAY 2012 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120522 effective 22 MAY 2012, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-32. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This Request for Quotation (RFQ) is being issued to establish a time and materials contract for maintenance services to provide all labor, materials, tools equipment and supervision necessary to perform seavan and refrigerated container movement and refrigerated container maintenance services at the Naval Station Norfolk. The services shall be performed in accordance with the Statement of Work (SOW) provided as Attachment1. This acquisition is unrestricted. The associated North American Industry Classification System (NAICS) code for this project is 488320 and the size standard is $35.5 million. The period of performance shall be June 20, 2012 through August 30, 2012. SCHEDULE OF SUPPLIES CLIN 0001 - The Contractor shall provide all the necessary supervision, labor, equipment, tools, parts and supplies to perform seavan and refrigerated container movement and refrigerated container maintenance/repair services at the Naval station Norfolk. Complete and in accordance with attached statement of work (ATTACHMENT 1). Below are estimated numbers of hours for each labor category to be utilized on this contract. Contractor shall propose burdened labor rates for each labor category. Estimated 72 hours for Project Supervisor/Foreman (Regular Time) @ $_______________ per hour = $_______________ not to exceed total. Estimated 432 hours for Yard Hustler Driver (Regular Time) @ $_______________ per hour = $______________ not to exceed total. Estimated 72 hours for Hustler Mechanic (Regular Time) @ $_______________ per hour = $_______________ not to exceed total. Estimated 72 hours for Timekeeper (Regular Time) @ $_______________ per hour = $_______________ not to exceed total. Estimated 80 hours for Reefer Mechanic (Regular Time) @ $______________ per hour = $_______________ not to exceed total. Estimated 36 hours for Project Supervisor/Foreman (Overtime) @ $_______________ per hour = $_______________ not to exceed total. Estimated 216 hours for Yard Hustler Driver (Overtime) @ $_______________ per hour = $_______________ not to exceed total. Estimated 36 hours for Yard Hustler Mechanic (Overtime) @ $_______________ per hour = $_____________ not to exceed total. Estimated 36 hours for Timekeeper (Overtime) @ $____________ per hour = $_______________ not to exceed total. Estimated 16 hours for Reefer Mechanic (Overtime) @ $_______________ per hour = $_______________ not to exceed total. Estimated 576 hours for Yard Hustler Rental includes fuel @ $_______________ per hour = $_______________ not to exceed total. Estimated $5,000.00 for Reefer Units Parts/Supplies NOT TO EXCEED TOTAL $_______________ NOTE: The quantities are estimated only. The Contractor shall only be paid for actual services provided. This is a not to exceed amount and shall not be exceeded without prior approval from the Contracting Officer. The price charged to the Government for part and supplies shall be the contractor's actual costs for the item(s). If the contractor obtains a part at a discounted cost, the contractor shall pass the savings on to the Government. Upon request of the Government Representative, may require the contractor to provide invoices and/or proof of pricing for the contractor purchased part. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. 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)product samples, multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registed 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. FAR 52.215-5 Facsimile Proposals FAR 52.216-1 Type of Contract The Government contemplates award of a firm-fixed price contract with line items for time and materials. D L A D 52. 2 3 3 - 90 0 0 A G E NCY P ROT ES TS C o m p an i e s p r o t e s ti n g t h is p r o c u rem en t m a y file a p r o t e st 1 ) w ith t h e C on t r a cti n g O f f i c e r, 2) w ith t h e G e ne r a l A c c o un ti n g O f f i c e, o r 3 ) pu r s uan t to E x e c u ti v e O r de r N o. 1 29 7 9, w ith t h e A g en cy f o r a d e cisi o n b y t h e A cti v it y 's C h i e f o f t h e C o n t r a cti n g O f f i c e. P ro t e sts f i l e d w ith t he a g en cy s hou ld cl e a r ly st a te t h a t t h e y a r e a n " A g en cy Le v e l P r o t e st un d e r E x e c u ti v e O r der N o. 1 2 97 9." ( N o t e : D L A p r o c edu r e s f o r A g en cy Le v e l P r o t e sts f il e d u n de r E x e c u ti v e O rd er N o. 1 2 97 9 a ll o w f o r a h i g he r l e v e l de cisi o n o n t h e i n iti a l p r o t e st t ha n w ou ld o cc u r w ith a p r o t e st to t h e C on t r a c ti n g Of f i c e r ; t h is is no t a n a p pe ll a t e r e v i e w o f a C on t r a cti n g O f f i c e r 's de cisi o n o n a p ro t e st pr e v i ou s l y f il e d w ith t h e C on t r a cti n g O f f i c e r). A b s en t a cl e a r i nd ic a ti on o f t h e i n t en t to f i l e a n ag en cy l e v e l p r o t e st, p r o t e sts w ill b e p r e s u me d to b e p r o t e s ts to t h e C on t r a cti n g O f f i c e r. ( En d o f P r o v isi on) D L A D 52. 2 3 3 - 90 0 1 D I SP UT E S : A GR EE M E NT TO U S E A L T E R N A T I V E DI SP UTE R ES OLUTION ( A D R ) ( a ) T h e p a r ti e s a gr e e t o ne g o ti a te w ith ea c h o t he r t o t r y to r e s o l v e a n y d is pu t e s t h a t m ay a r is e. I f u n a ssist e d n eg o ti a ti on s a r e u n s u cc e ssf u l, t h e p a r ti e s w ill u se a lt e rn a ti v e d is p u te r e s o l u ti o n ( A DR) t e c h n i q ue s to t r y to r e s o l v e t h e d i s pu t e. L iti g a ti o n w i ll on ly b e c on si de re d as a l a st r e s o r t w he n A D R is un s u cc e s s f u l o r h a s b e e n do c um en t e d b y t h e pa r ty r e j e cti n g A DR to b e i n a pp ro p r i a te f o r r e s o l v i n g t h e d is pu t e. ( b ) B e f o r e e i t he r p a r ty de t e r m i n e s A DR i n ap p r op r i a t e, t h a t pa r ty m u st d isc u ss t h e u se o f A DR w ith t h e o t he r p a r t y. T h e d o c u m e n t a ti o n r e j e cti n g A DR m u st b e si g ne d b y a n o f f ici al au t h o r i z e d to b i n d t h e c on t r a c t o r ( s e e F A R 5 2. 2 3 3 - 1, o r f o r t h e a g en c y, b y t h e C on t r a c ti ng Of f i c e r, a n d app r o v e d a t a l e v e l abo v e t h e C o n t r a cti n g O f f ic e r a f t e r c on s u l t a ti o n w ith t h e A D R Spe ci a list an d w ith l ega l c o u n s e l ( s e e D L A D i r e cti v e 5145. 1 ). C o n t r a ct o r p e r s on n e l a r e a l s o en c o u r a g e d t o i n cl u d e t h e A DR Spe ci a list i n t he ir d isc u ssi o n s w ith t h e C o n t r a cti n g O f f i c er b e f o r e d e t e r m i n i n g A DR to b e i n a pp ro p r i a t e. ( c) If y o u w ish to op t o u t o f t h is cl a u s e, c he ck he r e ( ). A lt e rn a te w o r d i n g m a y b e n e g o ti a t e d w ith t h e C on t r a c ti n g O f f ic e r. ( En d o f P r o v isi on) 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 of award. •1. Q uo t a ti on s m a y b e s ub m i t t e d in c o n t r a c t o r f o rm a t a n d s ha ll i n cl u de : ( 1 ) C o m pan y n am e, add r e ss, t e l e p h on e n u m be r, e -m a il a d d r e ss, an d F A X n u m be r ; ( 2 ) So licit a ti o n n u m b e r ; (3 ) U n it P r ice a n d e x t e n d e d p r ic e s f o r a ll C L IN S ; ( 4 ) C on t r a ct o r DUNS N u m b e r a n d C o m m e r ci al an d G o v e r n m e n t En tity ( C A G E ) C od e, ( 5 ) S i g ne d a ck no w l ed g e m en t s o f a m e n d m e n ts ( app lic ab le on ly if an y a m e n d m e n ts a r e iss u e d a g a i n st t h is s o licit a t i on) •2. In accordance with FAR 16.104(h), offerors must demonstrate that they posses and adequate accounting system to be eligible for award. The Government will utilize the information from the contractor's certification found in ATTACHEMENT 2 and information submitted in accordance with FAR 52.212-1. If the Governement is unable to determine that the offeror has an adequate accounting system as defined in ATTACHEMENT 2, the offeror will be ineligible for award. The offeror must complete the certification of the accounting system found in ATTACHEMENT 2. 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 offereor possesses a DCAA approved accounting system, the offeror may provide the date of approval and the cognizant DCAA office lieu of the description required above. "The Government does reserve the right to conduct a post-award audit." •3. C o n t r a ct o r s a r e r e q u i r e d to i n cl u d e a c op y o f t h e F A R p r o v isi o n 5 2. 2 1 2 - 3 - O ff e r o r R ep r e s e n t a ti o n s a n d C e r ti f ic a ti on s - C o m m e r ci a l It e m s a n d DF A R 2 5 2. 2 1 2 - 7 0 00 - O ff e r o r R ep r e s e n t a ti o n a n d C e r ti f ic a ti on - C o m m e r ci a l It e m s w ith its p r o p o s a l o r m a y i nd ic a te c o m p l e ti o n o f t h e r ep re s en t a ti on s an d c e r t i f ic a ti on s o n t h e i n t e r n e t a t h tt p : // o r c a. b p n. g o v. F a il u r e to i n c l ud e t h e c e r ti f ic a ti on s a l on g w ith t h e p r ice p r o p o s a l o r to c o m p l e te t h e c e r ti f ic a ti on s o n t h e i n t e r ne t m a y r e s u lt in e l i m i na t i o n f ro m c on si d e r a ti o n f o r a w a r d. FAR 13-106-2 Evaluation of Quotations or Offers - T h e G o v e rn m e n t i n t e n d s to e v a l ua te q uo t e s i n r e s p o n se to t h is q uo t a ti o n an d w ill a w a r d o n e f i r m - f i x e d p r ice c on t r a c t to t h e r e s p o n si b le o ff e r o r w ho se q uo te r ep r e s en ts t h e t o t a l o v e r a ll l o w e st p r ice f o r a ll line items. T he re f o r e to b e c on si de re d f o r a w a r d, a q uo te m u st b e p r o v i de d f o r a ll line items. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items. Addenda to 52.212-4; the following clauses apply: Alt 1 applies with the following fill-ins: Paragraph (i)(1)(ii)(D)(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 cists (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'." ] _______________ NONE ____________________. Paragraph (i)(1)(ii)(D)(1) 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'." ]___________ NONE ____________. FAR 52.204-9 PERSONAL IDENTITY VARIFICATION OF CONTRACTOR PERSONNEL FAR 52.217-8 OPTION TO EXTEND SERVICES The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. DLAD 52.228-9000 INSURANCE The Contractor shall, at its own expense, provide and maintain during the entire period of any resulting contract, including any extensions granted by contract modification, at least the kinds and minimum amounts of insurance noted here: Workers' Compensation and Employer's Liability - $100,000 (except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.) General Liability- $500,000 per occurrence Automobile Liability - Property damage $20,000 per occurrence, Bodily injury $200,000 per person and $500,000 per occurrence. When requested by the Contracting Officer, the Contractor shall provide a copy of all subcontractors' proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. (End of clause) FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil FAR 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION FAR 52.242-13 BANKRUPTCY FAR 52.243-3 CHANGES - TIME-AND-MATERIALS OR LABOR HOURS FAR 52.245-1 GOVERNMENT PROPERTY FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (in paragraph (b) the following clauses apply: F A R 52. 204 -1 0 R e po r t i n g E x e c u ti v e C o m pe n s a ti o n an d Fi r st - T i e r S ub c o n t r a ct A w a r ds FAR 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns F A R 52. 219 -2 8 P o st A w a r d S m a ll Bu si n e ss P r o gr a m R ep r e s e n t a ti on F A R 52. 222 - 3 C on v ict La b or F A R 52. 222 -2 1 P ro h i b i ti o n o f Se gr e g a t e d F a c iliti es F A R 52. 222 -2 6 E q ua l O ppo r t un ity F A R 52. 222 -3 6 A f f i r m a ti v e A cti o n f o r W or k e r s w ith Dis ab iliti e s F A R 52. 223 -1 8 E n c ou r a g i n g C on t r a ct o r P o lici e s o n B a n T e x t M e ss ag i n g w h ile D r i vi n g F A R 52. 225 -1 3 R e st r i c ti on s o n C e r t a i n F o r e i g n Pu r c h a s es FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 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 WS-4701-10, Step 1, Maintenance Supervisor $30.68 per hour WG-5803-10, Step 1, heavy Equipment Mobile Mechanic $20.60 per hour WG-2805-09, Step 1, Automotive Electrician $19.67 per hour WG-5725-11, Step 1, Crane Operator $21.63 per hour WG-6907-06, Step 1, Forklift Operator $20.22 per hour GS-0303-06, Step 1, Administrative Support Assistant $13.11 per hour DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials DFARS 252.225-7036 Buy American Act-Free Trade Agreement - Balance of Payments Program ALT I DFARS 252.204-7000 Disclosure of Information DF A RS 25 2. 2 0 3 - 7 0 0 2 R e q u i r e m en t to I n f o r m E m p l o y ee s o f W h istl eb l o w e r R i g h ts DF A RS 25 2. 2 0 4 - 7 0 0 3 C on t r o l o f G o v e r n m en t Pe r s o n ne l W or k P rod u ct DF A RS 25 2. 2 3 2 - 7 0 1 0 Le v i e s o n C o n t r a ct P a y m en ts 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. Collective Bargaining Agreement Wage Determination No. CBA-2008-2069, Revision No. 1, dated 3/29/2012 is applicable to this solicitation and is provided as ATTACHMENT 3. Offerors responding to this announcement shall submit their quotations via FAX to Judy Erickson, 717-770-7591 or e-mail to Judith.Erickson@dla.mil. All quotes must be received by June 15, 2012 at 3:00 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0077/listing.html)
- Place of Performance
- Address: NAVAL STATION NORFOLK, Norfolk, Virginia, United States, Norfolk, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN02766326-W 20120607/120605235103-cb5a05f18691b6d747a5fa3cf366c1d2 (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 |