Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2014 FBO #4550
SOLICITATION NOTICE

J -- Gate, Gate Controller, and Fence Preventive & Remedial Maintenance at DLA Distribution Norfolk, VA - Request For Quotation

Notice Date
5/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
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
SP330014Q0077
 
Archive Date
9/30/2014
 
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 7 - Certification of Offeror Accounting System Attachment 6 - Schedule of Supplies and Services Attachment 5 - Wage Determination Attachment 4 - Navy Commercial Access Control Systems Attachment 3 - Maintenance Task List Attachment 2 - Equipment Inventory List Attachment 1 - Statement of Work Request For Quotatiton 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 the Federal Acquisition Regulations (FAR) Subpart 13. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the RFQ number is SP330014Q0077 (see attached RFQ). 2.This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-73 effective 29 April 2014 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20140506 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2014-68. 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 (FFP) and Time and Materials (T&M) contract for preventive and remedial maintenance support services gates, gate controllers, hydraulic arm gate, and fences at the Defense Logistics Agency Distribution Norfolk, VA. The contractor shall provide all labor, equipment, tools, materials, replacement parts, transportation, transportation permits, and supervision necessary to perform Preventive (scheduled) and Remedial Maintenance (unscheduled) on Government owned gates, gate controllers, hydraulic arm gate, and fences located at DLA Distribution Norfolk, VA. The services shall be performed in accordance with Statement of Work (SOW) provided at Attachment 1. 4.This RFQ will be awarded on a small business set-aside basis. The North American Industry Classification System (NAICS) code 561621and the size is $19,000,000. 5.Period of Performance shall be on or about as folows: Base Year: 15 July 2014 through 14 July 2015 Option Year 1: 15 July 2015 through 14 July 2016 Option Year 2: 15 July 2016 through14 July 2017 6.This requirement is subject to the Service Contract Act. Wage Determination No. 2005-2543 Revision No. 15 dated 06/19/2013 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 equivalent to this position is as follows: Maintenance Mechanic = $19.00 per hour (WG-4749-08, Step 1) 7. A technical package is required from all offerors and shall be provided with the offers. Please pay special attention to the Instructions to Offerors starting page 20. The instructions require various items of documentation to submit with your offer; such as technical capability information, past performance information, completed Representations and Certifications, etc. The evaluation criteria, starting page 23 explains how offers will be evaluated for acceptability/unacceptability. 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 offer 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 - Invoicing and Payment will be made via WAWF. See DFAR Clause 252.232-7006 and Clause 252.232-7003 found in the RFQ. Billing shall be made monthly in arrears. 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. 10. CONTRACT PRICING: CLINs X003 and X004 are time and material CLINs. Reference FAR 52.214-4 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 price charged to the Government for a purchased part under CLIN X005 shall not exceed the contractor's established catalog or market price. 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. 11. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ EMAIL __________________________________ 12.SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) 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.sam.gov. 13.SUBMISSION OF SERVICE/DELIVERY SLIPS Service verification slips must be delivered to the Technical POC/Contracting Officer's Representative (COR) following each on-site visit. Verification slips shall include the contract number, person's name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment. 14. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. 15. Questions shall be submitted in writing via e-mail to: DLA Distribution Acquisition Operations J7-AB 5404 J Avenue, Building 404 New Cumberland, PA 17070-5059 Email: Catherine.doyne@dla.mil 16. 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 personal are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. 17. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Attachments: Attachment 1 - Statement of Work Attachment 2 - DLA Distribution Norfolk, VA Equipment Inventory List Attachment 3 - DLA Distribution Norfolk, VA Maintenance Task List Attachment 4 - Navy Commercial Access Control System (NCACS) Attachment 5 - DoL Wage Determination No. 2005-2543, Revision No. 15, dated 06/19/2013. Attachment 6 - Schedule of Supplies or Services Attachment 7 - Certification of Offeror's Accounting System
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330014Q0077/listing.html)
 
Place of Performance
Address: DLA Distribution Norfolk, VA, Portsmouth, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN03360864-W 20140510/140509021736-7f799fe5af13683d932f21d2b16b09c7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.