SOLICITATION NOTICE
J -- RFQ - Repair and Recertification of the 621G Scraper - Performance Work Statement - 621G Scraper Repair Parts List
- Notice Date
- 6/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Missouri, 7101 Military Circle, Jefferson City, Missouri, 65101-1200
- ZIP Code
- 65101-1200
- Solicitation Number
- W912NS-16-Q-7003
- Archive Date
- 7/29/2016
- Point of Contact
- Joseph P. Caldwell, Phone: 573-638-9847
- E-Mail Address
-
joseph.p.caldwell.mil@mail.mil
(joseph.p.caldwell.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 621G Scraper Repair Parts List - on-hand repair parts that shall be used by the vendor when completing the necessary repairs. Performance Work Statement 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation W912NS-16-Q-7003 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. This procurement is UNRISTRICTED, posted for full and open competition. The NAICS code is 811310 and the small business size standard is $7,500,000.00. The following commercial items are requested in this solicitation; CLIN 0001: Complete Repair and Recertification of the 621G Scraper - Military Grade, Ser#NEL00046. To be provided in accordance with the Performance Work Statement (attached) The Government has on-hand repair parts that shall be used by the vendor when completing the necessary repairs. The list of available parts is include with this posting (attached) QTY: 1 Unit of Measure: JOB CLIN 0002: Contract Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil or https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (2) Contract number, including task and delivery order number (3) Beginning and ending dates covered by reporting period (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (5) Estimated direct labor hours (including sub-contractors) (6) Estimated direct labor dollars paid this reporting period (including sub-contractors) (7) Total payments (including sub-contractors) (8) Predominant Product Service Code (PSC) reflecting services provided by contractor (and separate predominant PSC for each Sub-contractor if different) PSC CODE IS J038 (9) Estimated data collection cost (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information)[W8AJAA] (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Untied States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) (12) Presence of deployment or contingency contract language (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Complete this requirement within 30 days from the end of the service or end of each option year. U.S. Dept of Labor Wage Determinations apply to this contract and can be downloaded at www.wdol.gov. WAGE DETERMINATION Applicable Service Contract Wage Determination attached to solicitation and incorporated by reference: Wage Determination No.: 2015-5075 Revision No.: 2 Date of Revision: 5/5/2016 QTY: 1 Unit of Measure: JOB Site Visit: The Point of Contact during June for any potential vendors that would want to perform an on-site visit to assess the equipment damage is CPT Daniel Campbell at ISTS/CSMS, 7000 Military Circle, Jefferson City, MO 65101, phone number (573) 638-9500, ext 39737. The CSMS is closed on Mondays and that an appointment would need to be set up so that key CSMS technicians would be available for any questions that a potential vendor may have in relation to the repairs needed, repair parts on-hand and also to get into the storage area that the scraper cab is being stored in to prevent further damage from weather. Basis of Award: Best Value will be determined on the Lowest Price Technically Acceptable (LPTA). Required transportation costs (Vendor facility outside the state of Missouri) must be included with the vendor's quote. Period of Performance: 120 days post award Please submit your quote on a Company Letter Head to joseph.p.caldwell.mil@mail.mil no later than 11:00 a.m. CDT, 7 July 2016. The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria, FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required To Implement statutes or Executive Orders--Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33, FAR 52.222-41 Service Contract Labor standards, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-55 Minimum Wages Under Executive Order 13658, FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.237-1 Site Visit, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.252-6 Authorized Deviations in Clauses (if Deviation). DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, DFARS 252.203-7998 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - representation (Dev), DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.225-7001 Buy American and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.244-7000 Subcontracts for Commercial Items.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-16-Q-7003/listing.html)
- Place of Performance
- Address: FMS #2, 2740 HWY P, Festus, Missouri, 63028, United States
- Zip Code: 63028
- Zip Code: 63028
- Record
- SN04139427-W 20160608/160606234423-7c5b5a339bbc3661b4d077d68a441315 (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 |