Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2014 FBO #4757
SOLICITATION NOTICE

W -- Warehouse Tent Rental at DLA Disposition Services, Pendleton, CA

Notice Date
12/1/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532299 — All Other Consumer Goods Rental
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP451015Q1001
 
Archive Date
12/23/2014
 
Point of Contact
Joseph A. Bednar, Phone: 2699617546
 
E-Mail Address
joe.bednar@dla.mil
(joe.bednar@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This is issued as a request for quote (RFQ). The performance timeframe is a 3 month base period with a 3 month period of month-to-month options for a total possible period of up to 6 months. The RFQ is for DLA Disposition Services at Pendleton, CA. This procurement is a 100% small business set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 532299, applicable dollar threshold is $7.5 million. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. If an offeror has not completed the annual representations and certifications electronically within their SAMs registration, the offeror shall complete only paragraphs (c) through (m) of this provision at http://www.drms.dla.mil/drmsp/fillins.doc. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. Warehouse Tent Requirements: Bid Schedule: Base Period Rental of Two (2) Warehouse Tents per RFQ terms U/P: $_________ x 3 months Total Base Period: $_________ Option Period* Rental of Two (2) Warehouse Tents per RFQ terms U/P: $_________ x 3 months Total Option Period: $__________ Grand Total of Base and Option Period: $_________ * The option is subject to unilateral exercise by the Government on a month-to-month basis for up to three (3) months, with notice of the intent to exercise provided the contractor at least 14 calendar days prior to exercise, and note the pro-rated price reduction available below if applicable to actual rental time used. The Government may exercise this option prior to the end of the base period, or any exercised option period if on a month-to-month basis. The contractor shall provide two (2) warehouse rental tents for the required 3-month base period, currently expected to be Jan-Mar 2015, with the Government having the option to rent the tents on a month-to-month basis for up to 3 additional months. Should the warehouse tents be needed for less than the 3-month base period, and /or less days than are exercised via option exercise, the contractor agrees to a pro-rated reduction to the lease price for the number of rental days not used. Each unit must be 50 feet by 90 feet to meet available space requirements, with a center height of 20-22 feet. Color must be solid. The tents must be delivered and installed within 14 calendar days of award, and the quoted price must include all delivery and installation charges and take-down and return delivery to the contractor. The current surface at the installation location is asphalt, with an appropriate tent anchoring system required. Recovery after the rental period includes restoring the site to its original condition, including but not limited to filling anchor holes and any/all clean-up of the premises. Any required maintenance during the rental period must be included in the total quoted price. The site Point of Contact (POC) for warehouse tent placement and related considerations is Crystal Leija, Crystal.Leija@dla.mil, (760) 763-7640. The site address is: DLA Disposition Services Pendleton, Building 2441 Marine Corp Base Camp Pendleton, CA 92055 All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies. Any/all required permitting is the responsibility of the contractor, with coordination as necessary with the POC. On-site work for set-up, take-down and any other performance including tent maintenance must be performed during normal installation work hours which are from 0730-1500 local time, excluding Federal holidays. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement (with evaluation consisting of award to the contractor whose quote conforms to the solicitation and offers the lowest total price, including the option period). C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.242-13, Bankruptcy (Jul 1995) The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable 252.244-7000, Subcontracts for Commercial Items (Jun 2013) INSTRUCTIONS TO OFFERORS: Submit quotes by email to joe.bednar@dla.mil no later than December 8, 2014, at 2:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. The bid schedule is included above and responding firms are required to complete and return that section with their quote submission. Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than December 3, 2014 at 2:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP451015Q1001/listing.html)
 
Place of Performance
Address: DLA Disposition Services Pendleton, Building 2441, Pendleton, California, 92055, United States
Zip Code: 92055
 
Record
SN03584515-W 20141203/141201234541-4759d2952109b369ff9c1b27d319f21a (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.