SOLICITATION NOTICE
J -- ON-CALL REMEDIAL CRANE MAINTENANCE SUPPORT SERVICES AND ON-CALL CRANE RENTAL SUPPORT SERVICES FOR DLA DISTRIBUTION ANNISTON - ATTACHMENTS TO RFQ SP3300-13-Q-0002
- Notice Date
- 11/8/2012
- 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
- SP3300-13-Q-0002
- 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
- N/A
- Description
- ATTACHMENT 2 - WAGE DETERMINATION ATTACHMENT 1 - STATEMENT OF WORK 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 SP3300-13-Q-0002. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-61 effective 15 October 2012, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120906 (Effective 06 Sep 2012) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2013-01. 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 Unrestricted. DLA Distribution Anniston has a requirement for a contractor to perform On-call Remedial Maintenance Support Services for one (1) Government owned American-Clyde rail guided 80 ton capacity portal crane, and to provide On-call Crane Rental Support Services (to include a crane operator) to temporarily continue crane mission services as needed at the depot. On-call Remedial Maintenance Support Services and On-call Crane Rental Support Services shall be performed in accordance with the Statement of Work (SOW) included as Attachment 1 to this solicitation. The Period of Performance to perform On-call Remedial Maintenance Support Services and to provide On-call Crane Rental Support Services will be for one (1) year, from 01/01/13 to 12/31/13. Offerors are requested to quote a Firm Fixed Hourly Labor Rate to perform On-call Remedial Maintenance Support Services for the American-Clyde 80 ton crane (CLIN 0001). Offerors are requested to quote Firm Fixed Hourly Rates to provide On-call Crane Rental Support Services, to include a crane operator (CLINS 0005AA, 0005AB, and 0005AC). Offerors are requested to quote Firm Fixed Prices for Delivery/Mobilization and Pick Up/Demobilization charges for Crane Rental Support Services (CLINS 0006AA and 0006AB). Offerors shall not provide quotes for Replacement Parts (CLIN 0002); Rental Equipment required for Crane Repairs (CLIN 0003); and Travel Costs required for Crane Repairs (CLIN 0004) as a level of funding will be provided by the Government on a Not-to-Exceed ceiling basis for these purposes. CLIN 0001 (Time and Materials CLIN) - Hourly Labor Rate to perform crane repairs in conjunction with remedial maintenance. NOTE: The Government estimates 140 hours for crane repairs during the period of performance, however, this is an estimate only; the contractor will only be paid for the actual number of labor hours performed. Estimated 140 hours @ tiny_mce_marker______________ per hour = tiny_mce_marker______________ CLIN 0002 (Time and Materials CLIN) - Replacement Parts required for crane repairs in conjunction with remedial maintenance. The Not-to-Exceed Ceiling Price for replacement parts is $75,000.00 for the period of performance. NOTE: The contractor will be reimbursed for the actual cost of replacement parts only with no additional handling charges. Itemized receipts/invoices must be provided for reimbursable parts. CLIN 0003 (Cost Reimbursement CLIN) - Rental equipment required for crane repairs in conjunction with remedial maintenance. The Not-to-Exceed Ceiling Price for rental equipment is $4,000.00 for the period of performance. NOTE: The contractor will be reimbursed for the actual cost of rental equipment only with no additional handling charges. Itemized receipts/invoices must be provided for rental equipment. CLIN 0004 (Cost Reimbursement CLIN) - Travel costs required for crane repairs in conjunction with remedial maintenance. The Not-to-Exceed Ceiling Price for travel is $5,000.00 for the period of performance. NOTE: The Government will reimburse the contractor for travel costs allowed under FAR 31.205-46 for the performance of remedial maintenance. CLIN 0005 (Informational CLIN) - Rental of mobile crane with crane operator in accordance with paragraph 5.0 of the Statement of Work. NOTE: The numbers of hours shown below are estimates for the period of performance only; the contractor will only be paid for the actual number of hours that a crane and operator are rented. CLIN 0005AA (Time and Materials CLIN) - Crane Rental per hour, Monday thru Friday, 8 hour minimum per day. Estimated 40 hours @ tiny_mce_marker______________ per hour = tiny_mce_marker______________ CLIN 0005AB (Time and Materials CLIN) - Crane Rental per hour, Monday thru Friday overtime and Saturday. Estimated 8 hours @ tiny_mce_marker______________ per hour = tiny_mce_marker______________ CLIN 0005AC (Time and Materials CLIN) - Crane Rental per hour, Sunday and holidays. Estimated 8 hours @ tiny_mce_marker______________ per hour = tiny_mce_marker______________ CLIN 0006 (Firm Fixed Price CLIN) - Delivery/mobilization and Pick Up/demobilization Charges CLIN 0006AA (Firm Fixed Price CLIN) - Mobilization and Counterweights Estimated 1 EA @ tiny_mce_marker___________________ EA = tiny_mce_marker___________________ CLIN 0006AB (Firm Fixed Price CLIN) - Demobilization and Counterweights Estimated 1 EA @ tiny_mce_marker___________________ EA = tiny_mce_marker___________________ 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 online at: www.sam.gov. Service Contract Act Wage Determination No. 2005-2001 Revision No. 11 dated 06/13/2012 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 2. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at DLA Distribution, New Cumberland, PA. Questions may be sent via email to daniel.herring@dla.mil or faxed to 717-770-5689. The following FAR, DFARS and DLAD 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) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision) DLAD 52.233-9000 AGENCY PROTESTS (a) 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) (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) Firm Fixed Hourly Labor Rate for line item 0001 to perform On-call Remedial Maintenance Support Services; Firm Fixed Hourly Rates for line items 0005AA, 0005AB, and 0005AC to provide On-call Crane Rental Support Services, to include a crane operator; and Firm Fixed Prices for line items 0006AA and 0006AB for Delivery/Mobilization and Pick Up/Demobilization charges for Crane Rental Support Services. (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) Past performance information from three (3) sources that clearly indicate that offeror has satisfactorily performed On-call Remedial Maintenance Support Services and provided On-call Crane Rental Support Services, to include a crane operator, of the same or similar scales 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 that the offeror has satisfactorily performed On-call Remedial Maintenance Support Services and provided On-call Crane Rental Support Services, to include a crane operator, of the same or similar scales 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 product maintained 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 with Alternate I. The following Alt I fill-ins apply: Paragraph (i)(1) (ii)(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: 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: $0 Addenda to 52.212-4; the following clauses apply and are incorporated by reference: FAR 52.204-99 -- System for Award Management Registration (DEVIATION) FAR 52.217-8 Option to Extend Services Fill-in for clause: 60 days FAR 52.232-7 Payments Under Time-and-Materials and Labor-Hour Contracts FAR 52.243-3 Changes - Time-and-Materials or Labor-Hours FAR 52.246-6 Inspection - Time-and-Material and Labor-Hour FAR 52.247-34 F.o.b. - Destination 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 52.211-9033 Packaging and Marking Requirements DLAD 52.247-9012 Requirements for treatment of wood packaging material (WPM) DLAD 52.247-9034 Point of Contact for Transportation Instructions Addenda to 52.212-4; the following clauses apply and are incorporated in full text: 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/these address(es): http://farsite.hill.af.mil (End of Clause) DFARS 252.201-7000 Contracting Officer's Representative (a) Definition. "Contracting officer's representative" means an individual designated in accordance with subsection 201.602-2 of the Defense Federal Acquisition Regulation Supplement and authorized in writing by the contracting officer to perform specific technical or administrative functions. (b) If the Contracting Officer designates a contracting officer's representative (COR), the Contractor will receive a copy of the written designation. It will specify the extent of the COR's authority to act on behalf of the contracting officer. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. (End of clause) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s) - Invoice as 2-in-1. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer - Destination/Destination. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC SL4701 Issue By DoDAAC SP3300 Admin DoDAAC SP3300 Inspect By DoDAAC SB3540 Ship To Code Not Applicable Ship From Code Not Applicable Mark For Code Not Applicable Service Approver (DoDAAC) SB3540 Service Acceptor (DoDAAC) SB3540 Accept at Other DoDAAC Not Applicable LPO DoDAAC Not Applicable DCAA Auditor DoDAAC Not Applicable Other DoDAAC(s) Not Applicable (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system - Not Applicable. (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact - Ken Decker, kenneth.decker@dla.mil, 717-770-6197 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or 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 52.219-6 Notice of Total 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-Cooperation with Authorities and Remedies 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels In paragraph (c) the following clauses apply: FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires This statement is for Information Only, it is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Heavy Equipment Mechanic - WG-10 $22.03 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 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Transportation of Supplies by Sea with Alternate III DFARS 252.247-7024 Notification of Transportation of Supplies by Sea Offerors responding to this announcement shall submit their quotations via FAX to Dan Herring, 717-770-5689 or e-mail to daniel.herring@dla.mil. All quotes must be received by November 30, 2012 AT 4:00 PM Eastern time to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-13-Q-0002/listing.html)
- Place of Performance
- Address: DLA DISTRIBUTION ANNISTON, ANNISTON, Alabama, United States
- Record
- SN02927567-W 20121110/121108234535-b2897a95c370ee754f42f3e954be6c54 (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 |