SOLICITATION NOTICE
39 -- Mobile Loading Ramp, Cadillac Model S-3010238-1-CL-HP-W 4, Brand-Name or Equal
- Notice Date
- 5/18/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- 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
- SP4510-16-Q-1017
- Archive Date
- 6/16/2016
- Point of Contact
- Douglas Bresson, Phone: 269-961-7379, Joseph A. Bednar, Phone: 2699617546
- E-Mail Address
-
Douglas.Bresson@dla.mil, joe.bednar@dla.mil
(Douglas.Bresson@dla.mil, joe.bednar@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS / SOLICITATION DLA Disposition Services - EglinAFB, FL Brand-Name or Equal Mobile Ramp RFQ Desc r ipt i on: 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) for the supplies set forth below for DLA Disposition Services Eglin AFB, FL. This procurement is a 100% small business set aside in accordance with FAR Part 19, with a North American Industry Classification System (NAICS) code of 332312, with a size standard of 500 employees. There being no waiver of the non-manufacturer rule, as set forth in FAR 19.102(f)(1-7), it therefore does not apply to this procurement. As such small business offerors may only supply the product of a small business manufacturer, as defined by the Small Business Administration. In order to be eligible for the award of any Government procurement small business offerors shall also, without exception, be actively registered in the System for Award Management (SAM), located at https://www.sam.gov/. Copies of the FAR/DFARS/DLAD clauses and provisions may be found on the internet at http://farsite.hill.af.mil All offeror quotes shall be received no later than 2:00 PM Eastern Time, Wednesday, 01 June 2016 via email only to Douglas.Bresson@dla.mil and Joe.Bednar@dla.mil Any questions regarding this procurement shall be e-mailed to Douglas.Bresson@dla.mil and Joe.Bednar@dla.mil not later than 10:00 AM Eastern Time, Tuesday, 24 May 2016 BID SCHEDULE CLIN SUPPLIES/SERVICES QTY UNIT PRICE TOTAL 0001 Cadillac Fabrication/Yard King Model S-3010238-l-CL-HP-W 4 Mobile Steel Ramp, Lengthwise Beam Design, or Equal, to Include Delivery to DLA Disposition Services Eglin AFB, FL, and Any Set-Up, as May be Required. 2 Each PERFORMANCE WORK STATEMENT (PWS) 1.0 Scope of Work T h e C on tr a ct o r s ha ll p r o vi d e the supplies set forth in the Bid Schedule, to include transportation and any required setup, within 90-Days After Receipt of Order (ARO). 2.0 Salient Characteristics All ramps shall meet or exceed the following minimum salient characteristics: •· 30,000 pound capacity •· 102 inch overall width, 96 inches on the travel surface •· Serrated steel grating travel surface •· 38 foot overall length, 30 feet of incline, 8 feet of level off •· Manual crank front legs with a working height range of 42 to 56 inches •· Hinged leveling plate for allow for slight height fluctuations •· Pneumatic wheels for mobility •· 7-3/4 inch safety curbs •· Safety chains to secure the ramp to the truck while in use •· Tow bar for mobility using a forklift •· Abrasive blasted and painted gray •· Side access ladders, prefabbed handrails removable panels: six panels total per ramp (4 for ramp, 2 for level area) 3.0 Evaluation Criteria The government intends to issue a single award to the lowest price, technically acceptable offer. In order to be technically acceptable, the supplies offered shall be the brand name items or identified "equal" items. Proposed "equal" items shall be identified by manufacturer, model, and part number. Any quote that includes a proposed "equal" item shall include a complete specifications demonstrating that the item fully meets or exceeds all the minimum requirements identified by the Salient Characteristics. Any quote for a proposed "equal" fails to comply will be determined not technically acceptable and will no longer be considered for award. 4.0 Delivery The supplies to be provided hereunder shall be delivered within 90-Days After Receipt of Order (ARO), including all transportation costs and any required set-up, to: DLA Disposition Services Eglin 210 Transportation Road Eglin AFB, FL 32542 Point of Contact: David Morgan, Area Manager DLA Disposition Services Eglin (850) 883-4858 Cell: (850) 333-6376 david.a.morgan@dla.mil The POC shall be given a minimum of one business day advance notice of the date and time of the anticipated delivery. DLA Disposition Services Eglin normal days and times of operation are: 0700 to 1530, Monday through Friday, excluding Federal Holidays. DLA Disposition Services Eglin is closed Saturdays, Sundays and Federal Holidays (or as may be otherwise designated by Presidential proclamation) : New Year's Day 1 January* Martin Luther King's Birthday 3rd Monday in January Presidents Day 3rd Monday in February Memorial Day Last Monday in May Independence Day 4 July* Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day 11 November* Thanksgiving Day 4th Thursday in November Christmas Day 25 December* * The holiday is observed on the preceding Friday or the following Monday when the holiday occurs on Saturday or Sunday, respectively. 5.0 D L A DISPOSITION SERVI C ES ENVIRONMEN T A L M A N A G EMENT S Y STEM (EMS ) : a. D L A DISPOS I T ION SERV I CES im p l e me n t e d EMS in a c c o r d a n ce w ith I SO 14001 : 20 0 4 (E), DOD an d D L A r eq u ir e m en ts a t a ll D LA DISPOS I T I ON SERVICES a p p r op r i a te f a ci l it i e s. An EMS is a n o v e r a ll m a na g e m en t s y st e m t ha t i n cl u d e s o r ga n iz a ti o n a l str u ct u r e, p l a nn i n g a cti v iti e s, r e s p o n si b i l iti e s, p r a ctic e s, p r o c e d u r e s, p r o c e ss e s a n d r e s ou rc e s f o r d e v e l o p i n g, im p le m en ti n g, a c h ie vi ng, r e v i e w i ng an d m a i n t a i n in g t h e en vi r on m en t a l p o li c y o f a n o r g an i z a ti o n. T h e D L A DISPOS I T I ON S ERVICES EMS is de si g n e d to en s u r e t ha t a ll pe rs o nn e l, i n c l ud i n g c o n tr a ct pe rs o nn e l, w ho se w o rk a ctivit i e s c a n c au s e r ea l o r p o t en t i a l si gn ifi c an t en v ir on m e n t a l i mp a ct, a re a w a re of h o w t h e ir w o rk s up p o rts t h e EMS an d a re c o m pe t en t to pe r f o rm t he ir r o l e s, r e s pon s i b i liti e s an d au t ho rit i e s w h i l e s u p p o rti n g t h e D LA DISPOS I T I ON SERVICES missi on. T h e D L A DISPOS I TI O N SERVICES EMS p r og r a m i s e x p l a i n e d in D L A DISPOSITION SERVI C ES- I 6050. 2, E n vi r on m e n t a l M a n age m en t S y s t e m (EMS) C o re I n str u cti on. T h e D L A DISPOS I T ION SERV I CE S -I 6050.2 m a y b e vi e w e d on l i n e a t: h tt p s:/ / w w w. D L A Di s po sit i o n S e rv i c e s. d l a.m i l/ pu b lic a ti o n s/ h tml/ 6 050. 2. h tml. Site s upp l e m e n ts de t a il i n f o rm a t i o n r e q u ir e d b y EMS a t a l o c a l l e v e l s u ch a s l o c a l, st a te a n d ho st en vi r on m en t a l r e gu l a ti o n s a s w e l l a s l o c a l e m e r gen c y p r o c e du r e s a n d ope r a ti n g p r o c e du r e s un i qu e to t h e l o c a ti on. Site s up p l e m e n ts a lso c on t a i n i n f o rm a t i o n c o n c e r n i n g t h e l o c a l i n t e ra cti o n be t w ee n t h e D L A DISPOS I T I ON SERVICES t e n an t app r op r i a te f a cili t y a n d t h e DOD/D L A ho s t f a cili t y EMS p r og r a m. b. C on tr a ct o rs an d t he ir p e r s on n e l a re r eq ui r e d to b e a w ar e t ha t ea ch DL A DISPOS I TI O N SERVICES app r op r i a te f a c ili t y ha s a n E MS an d to b e a w a r e o f EMS po lic i e s to pe rf o rm w o rk a n d / o r g a in a cc e ss to a n i n st a l l a ti on. E a ch D L A DIS P OS I T I ON SERVI C ES app r op r i a te f a c ili t y m a i n t a i n s EMS a w a r e ne s s po st e rs t ha t i den ti f y t h e DL A DISPOS I TI O N SERVICES E n vir o n m en t a l M an a ge m e nt R ep r e s en t a ti v e (EMR) an d H o st f a cili t y EMR f o r s pe cific g ui dan c e c on c e r n i n g a n i n d ivi d u a l f a ciliti e s ' EMS p r og r a m. c. T h e c u rr en t list o f D L A Disposition Services app ro p ri a te f a c i liti e s c a n b e v i e w e d a t: h tt p : / / w w w. D L A Di s po sit io n S e rvic e s. d l a.m i l/s pe c i a l/misc/ c on tr a cti n g EM S. pd f 6.0 APPLICABLE CLAUSES A. The provision at FAR 52.212-1, Instructions to Offerors - Commercial (Apr 2014) applies to this procurement. B. The provision at FAR 52.212 - 2, Evaluation -- Commercial Ite m s (Oct 2014) applies to this procurement ( with evaluation consisting of award to the offeror whose quote conforms to the solicitation, offers the lowest total price, and is technically acceptable ). C. In accordance with FAR 52.212-3, Offerors Representations and Certifications -- Commercial Items (Dec 2014) the contractor shall ensure that the contractor has completed the annual representa t ions and certifications on the System for Award Management (SAM) at https://www.sam.gov D. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Dec 2014) ap p lies to this pro c urement. E. FAR 52.212-5, Contract Terms and Conditions Requi r ed to Implement Statutes or Executive Orders -- C o mmercial Items (Dec 2014) applies to this procurement. F. Additional FAR Clauses applicable to this procurement: 52.203-3, Gratuities (Apr 1984); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011); 52.204-10, Reporting Executive Compensation and F i rst - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest W h en S ubcontracting with Contrac t ors Debarred, Suspended, or Proposed for Debarment (Dec 2 0 10); 52.219-6, Notice of Total Sma l l Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-19, Child La b or - Cooperation with Authorities and Remedies (Mar 2 012); 52.222-21, Pr o hibiti o n 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 f o r Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-17, Interest (Oct 2010); 52.232-33, Payment by Electron i c Fund Transfer-Central Contr a ctor Registratio (Oct 2003); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.242-13, Bankruptcy (Jul 1995) G. 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) (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 System for Award Management 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): Combo Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DLA Disposition Services Eglin AFB, FL (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 SP4510 Admin DoDAAC SP4510 Inspect By DoDAAC SYE364 Ship To Code SYE364 Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC SC4400 LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (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. Jeff.Spickelmier@dla.mil (Acceptance DoDAAC: SC4400) (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. Karen.Lewis@dla.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 252.243-7001, Pricing of Contract Modifications (Dec 1991); 252.243-7002, Requests for Equitable Adjustment (Dec 2012); 252.244-7000, Subcontracts for Commercial Items (Jun 2013) 7.0 INSTRUCTIONS TO OFFERORS Submit quotes by email only to Douglas.Bresson@dla.mil and Joe.Bednar@dla.mil no later than 2:00 PM Eastern Time, Wednesday, 01 June 2016. Attention : Offerors should make note of F A R 52.212-1(f), concerning late submiss i ons. The offeror bears the sole risk of non - receipt of any email transmi s sions, and should ensu r e 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, as a minimum, with their quote submission. Offerors shall pr o vide their CAGE code a n d DUNS number with their bid submission. The information located in FAR 52.212-3 (Offer o r s Representat i ons and Certifications) shall be current in the System for Award Management (SAM) at the time of quote submissio n. Any solicitation qu e stions shall be sub m itted no later than 10:00 AM Eastern Time, Tuesday, 24 May 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-16-Q-1017/listing.html)
- Place of Performance
- Address: DLA Disposition Services Eglin AFB, 210 Transportation Road, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04121366-W 20160520/160518234859-275dd161edda111f6e9d877bf0ddbecf (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 |