Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 04, 2015 FBO #4789
SOLICITATION NOTICE

56 -- Temporary Labor Support Services - (Draft)

Notice Date
1/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
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
SP4510-15-Q-1000
 
Archive Date
2/19/2015
 
Point of Contact
Nicholas M. Moore, Phone: 269-961-5399, Joseph A. Bednar, Phone: 269-961-7546
 
E-Mail Address
Nicholas.Moore@dla.mil, joe.bednar@dla.mil
(Nicholas.Moore@dla.mil, joe.bednar@dla.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Past Performance Questionnaire Bid Schedule PWS U.S. presence MAP Verification of Time Example This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, 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. The details of this procurement are located below and in the attachments. This solicitation will be issued as a Request for Quotes (RFQ) using the procedures contained in FAR Part 13. Quotes shall be submitted on the labor hour CLINs in the attached bid schedule template. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-80. This procurement is being set-aside 100% for contractors under SBA's 8(a) Program. The Service Contract Act (SCA) wage determination applicable to the specific locations within the bid schedule shall apply. The wage determinations may be accessed at the following website: http://www.wdol.gov/sca.aspx 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. See "Quote Evaluation" below for further details. 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, Alt 1 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items) applies to this procurement: 52.203-3, Gratuities (Apr 1984); 52.203-6 Alt. 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996); 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); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.219-14, Limitations on Subcontracting (Nov 2011); 52.219-17, Section 8(a) Award (Dec 1996); 52.219-18, Notification of Competition Limited to Eligible 8(a) Concerns (June 2003); 52.219-28, Post-Award Small Business Program Rerepresentation (Jul 2013); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (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); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222-41, Service Contract Act of 1965 (May 2014); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 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 by reference apply to this procurement: 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011). The following additional full text FAR Clauses apply to this procurement: 52.216-18, Ordering (Oct 1995). (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the beginning date of the effective period through the end date of the effective period. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $3,000, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $1,000,000.00; (2) Any order for a combination of items in excess of $1,000,000.00; or (3) A series of orders from the same ordering office within 5 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22 Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the last day of the performance period on any task order issued by the Government before the contract's expiration. (End of clause) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. (End of clause) The following DFARS Clauses apply to this procurement: 252.201-7000, Contracting Officer's Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7003, Agency Office of the Inspector General (Apr 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (full text version wil be included in any subsequent award); 252.243-7002, Requests for Equitable Adjustment (Dec 2012). The following DLAD Clauses apply to this procurement: 52.204-9000, Contractor Personnel Security Requirements (Apr 2014). 52.215-9023, Reverse Auction (Oct 2013) The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer does not conduct a reverse auction, award may be made on the basis of initial offers or following discussions not using reverse auctioning as a pricing technique. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify Offerors of this decision and the following provisions will apply: (a) The award decision will be made in accordance with the evaluation factors as set forth in the solicitation. The reverse on-line auction will be used as a pricing technique during discussions to establish the final offered prices from each Offeror. These prices will be used in conjunction with the evaluation factors stated elsewhere in the solicitation in order to make the award decision in accordance with the basis for award stated in the solicitation. (b) Following the decision to conduct discussions using reverse auctioning as a pricing technique, the Contracting Officer or his/her representative will provide Offerors determined to be in the competitive range with information concerning the auction process. (c) Prior to conducting the reverse auction, the Contracting Officer may hold discussions with the Offerors concerning matters appropriate for discussion, such as issues involving technical proposals or unbalanced pricing. (d) Unless auction instructions indicate that only Offeror's rankings will be displayed, the lowest Offeror's price(s) for each round of the reverse auction will be disclosed to other Offerors and anyone else having authorized access to the auction. This disclosure is anonymous, meaning that each Offeror's identity will be concealed from other Offerors (although it will be known to the Government; only a generic identifier will be used for each Offeror's proposed pricing, such as "Offeror A" or "lowest-priced Offeror"). By submitting a proposal in response to the solicitation, Offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other Offerors, during the reverse auction. e) An Offeror's final auction price at the close of the reverse auction will be considered its final price proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the Contracting Officer decides that further discussions are needed and final price proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the Contracting Officer determines that it would be in the best interest of the Government to re-open the auction. f) The following requirements apply when the Government uses a commercial web-based product to conduct the reverse auction: 1) Each Offeror identified by the Contracting Officer as a participant in the reverse auction will be contacted by Defense Logistic Agency's commercial reverse auction service provider to advise the Offeror of the event and to provide an explanation of the process. 2) In order for an Offeror to participate in the reverse auction, such Offeror must agree with terms and conditions of the entire solicitation, including this provision, and agree to the commercial reverse auction service provider's terms and conditions for using its service. Information concerning the reverse auction process and the commercial service provider's terms and conditions is embedded within the email notification sent by the on-line reverse auction pricing tool system administrator. 3) Offerors shall secure the passwords and other confidential materials provided by the commercial reverse auction service provider or the Government and ensure they are used only for purposes of participation in the reverse auction. Offerors shall keep their own and other Offeror's pricing in confidence until after contract award. 4) The reverse auction system currently in use designates offers as "Lead,"meaning the current low price in that auction, or "Not Lead," meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider's system designates the first offer of that price as "Lead" and the second or subsequent offer of that price as "Not Lead." Offerors shall not submit a tie offer, since this is inconsistent with the purpose of the reverse auction. If a tie offer is submitted and no evaluation factors other than price were identified in the solicitation, the "Not Lead" Offeror that submitted the tie offer must offer a changed price; otherwise its offer will be ineligible for award if their final price in the auction is the tie offer price. If evaluation factors in addition to price were listed in the solicitation, tie offers that are "Not Lead" will be considered and evaluated in accordance with those evaluation factors. 5) Any Offerors unable to enter pricing through the commercial reverse auction service provider's system during a reverse auction must notify the Contracting Officer or designated representative immediately. The Contracting Officer may, at his/her sole discretion, extend or re-open the reverse auction if the reason for the Offeror's inability to enter pricing is determined to be without fault on the part of the Offeror and outside the Offeror's control. (6) The reverse auction will be conducted using the commercial reverse auction service provider's website as embedded in the email notification. Offerors shall be responsible for providing their own computer and internet connection. (7) Training: (i) The commercial reverse auction service provider and/or a Government representative will provide familiarization training to Offerors' employees; this training may be provided through written material, the commercial reverse auction service provider's website, and/or other means. (ii) An employee of an Offeror who successfully completes the training shall be designated as a "Trained Offeror." Only Trained Offerors may participate in a reverse auction. The Contracting Officer reserves the right to request that Offerors provide an alternate Offeror employee to become a Trained Offeror. The Contracting Officer also reserves the right to take away the Trained Offeror's designation from any Trained Offeror who fails to abide by the solicitation's or commercial reverse auction service provider's terms and conditions. (End of provision) INSTRUCTIONS TO OFFERORS: Submit quotes by email (preferred) to Nicholas.Moore@dla.mil no later than the date and time detailed in this solicitation. Attention should be noted to FAR 52.212-1(f) concerning late submissions. The offeror bears the risk of non-reciept of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Quotes may also be mailed to: DLA Disposition Services Attn: Nicholas Moore (J7) 74 N. Washington Ave. Battle Creek, MI 49037 Quotes may be submitted for one or more bid schedules, to include the option periods. Each bid schedule is for a region as illustrated on the map attachment. The offeror does not need to quote on all bid schedules, but shall price all CLINs within each bid schedule to be considered for award. Offerors shall provide the applicable CAGE code and DUNS number with their quote submission. Quote shall include company name, main point of contact, phone number, and email. QUOTE EVALUATION: Pricing and past performance for each schedule will be evaluated independently and may result in the award of individual schedules to offerors who have provided a quote; however, no individual schedule will be awarded to more than one offeror. Award of each bid schedule will be made to the responsible offeror whose quote provides the best value to the Government in terms of past performance and price. In the award evaluation for each bid schedule, past performance is significantly more important than price in determining the offeror that provides the best value to the Government. Past Performance: (1) The Government will conduct a Performance Confidence Assessment for each offeror based upon submitted current, relevant Past Performance Information (PPI) (consisting of Past Performance (PP) references) as it relates to the probability of the offeror being able to successfully perform the requirement. The Government's subjective evaluation of the overall quality of an offeror's submitted PPI will be a factor in determining the relative merits of the offeror's proposal, and in selecting for award the offeror whose proposal is considered the best value to the Government based upon the importance of the factors identified above. Offerors will be given an opportunity to address especially unfavorable reports of past performance, and the offeror's response, or lack thereof, will be taken into consideration. (2) In investigating an offeror's past performance, the Government may consider information in the offeror's proposal and information obtained from other sources, including past and present customers and their employees, other government agencies, including state and local agencies, consumer protection organizations and better business bureaus; former subcontractors; and others who may have useful information. Failure by the offeror to provide evidence of relevant performance on contracts of the same or similar nature in terms of performance timeframes, dollar values and complexities of services provided will be considered by the Government to have no relevant past performance and an unknown confidence (neutral) rating. The offeror is responsible for ensuring references submit past performance surveys; the Government will not be contacting references to obtain a survey on behalf of the offeror. The Government will evaluate past performance and experience in accordance with submission requirements contained herein. (3) An offeror that has no identifiable record of performance of a same or similar nature to the current requirement may be considered by the Government to have no relevant past performance. In the case of an offeror without an identifiable record of past performance or for whom information on past performance is unavailable (this includes PPI identified by an offeror for the offeror firm, for which the required, corresponding PPI Collection Documents were not received by the Government), the offeror may not be assessed either favorably or unfavorably on Performance Confidence, as the degree of confidence to the Government cannot be adequately determined and is therefore unknown. PAST PERFORMANCE SUBMISSION A) The offeror is required to provide past performance data for the firm under either Government or commercial contracts for the same or similar services within the last 3 years. The offeror shall provide no more than 5 past performance references. The offeror is required to provide in their proposal evidence for each reference that describes the relevancy of the work required compared to the solicitation in terms of performance timeframes, dollar values and complexities of the services provided. The description of work performed shall be in sufficient detail to explain how each reference relates to same or similar requirements of the instant solicitation in areas such as performance timeframes, and complexities of services to determine the relevancy of the work). B) For each reference provided, a valid name and telephone number, contract number, contract type, dollar value, contract award and completion dates, point of contact, description of worked performed, and e-mail address of point of contact is required. C) If the offeror elects to provide principal subcontractor past performance, the offeror shall provide the principal subcontractors' consent allowing the Government to disclose negative past performance information to the offeror. D) The past performance data sheet attached contains a past performance survey that is used to evaluate an offeror's past performance. The offeror shall provide the past performance survey to the past performance reference they identify in this part of the proposal. The past performance reference shall independently submit the survey to the Contracting Officer prior to the closing date of the solicitation. Any completed past performance survey received after the date of closing or directly from the offeror will not be considered in the past performance evaluation. E) The submission of a past performance volume is required; otherwise an offeror may be determined non-responsive and ineligible for award. If an offeror does not have any past performance references, offerors must at least identify a Volume II in their quote and state they do not have any past performance to provide. If the Government only receives a past performance survey from a past performance reference and there is no information in an offeror's proposal regarding that reference (see paragraph above), the reference will not be considered. The offeror is responsible for ensuring references submit past performance surveys; the Government will not be contacting references for the purpose of obtaining past performance surveys. Price: The Government will evaluate the entire price (inclusive of options).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-15-Q-1000/listing.html)
 
Record
SN03607669-W 20150104/150102233433-3ce70101a9241710a43d0b23e799adc3 (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.