SOLICITATION NOTICE
J -- Preventive and Remedial Maintenance Service on Lektriever Automated Storage and Retrieval System Equipment at Defense Logistics Agency Distribution Headquarters, New Cumberland, PA - Combined Synopsis/Solicitation
- Notice Date
- 7/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
- ZIP Code
- 17070-5008
- Solicitation Number
- SP3300-18-Q-0092
- Archive Date
- 10/23/2018
- Point of Contact
- Joseph N. Crowley, Phone: 7177705455, Benjamin Diehl Bailey, Phone: 7177705390
- E-Mail Address
-
Joseph.Crowley@dla.mil, benjamin.bailey@dla.mil
(Joseph.Crowley@dla.mil, benjamin.bailey@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2a - QASP POCs Attachment 6 - PPQ Attachment 5 - Certification of Offeror Accounting System Attachment 4 - Schedule of Supplies/Services Attachment 3 - Wage Determination Attachment 2b - QASP COSR Attachment 2 - QASP Attachment 1 - Statement of Work RFQ SP3300-18-Q-0092 NOTICE TO OFFERORS •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) Part 13 - Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the RFQ number is SP3300-18-Q-0092 (see attached). •2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99 effective 15 Jun & 16 Jul 2018 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20180629 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2018-09. 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 hybrid Firm-Fixed Price (FFP)and Time and Materials (T&M) contract for preventive and remedial maintenance services for Lektriever Software Controlled Automated Media Storage and Retrieval System Equpiment (ASRS) located at DLA Distribution New Cumberland, PA. The contractor shall provide all labor, supervision, tools, materials, equipment, transportation, and management necessary to provide preventive and maintenance services, unscheduled service calls (as needed) and all repair and or replacement parts necessary to keep all portions of the Lektriever systems covered by this requirement in good operating condition. The services shall be performed in accordance with Statement of Work (SOW) provided at Attachment 1. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. 4. This RFQ is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 811212 and the size standard is $27.5 million. 5. Period of Performance shall be on or about as follows: Base Year: September 17, 2018 through September 16, 2019 Option Year 1: September 17, 2019 through September 16, 2020 Option Year 2: September 17, 2020 through September 16, 2021 6. This requirement is subject to the Service Contract Act. Wage Determination No. 2015-4245 Revision No. 6 dated 12/07/10/2018 is provided as Attachment 3. 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: General Equipment Mechanic = $24.63 per hour (WG-4737-10, Step 1) 7. Past Performance is required from all offerors and shall be provided with the quotes. Please pay special attention to the Instructions to Offerors starting page 15. 8. The offeror must complete the certification of the accounting system found in Attachment 5. 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 quote 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 Wide Area WorkFlow. See DFAR Clauses 252.232-7006 and 252.232-7003 found on page 10 the RFQ. Billing shall be made monthly in arrears. 10. CONTRACT PRICING : CLINs 0003, 0004, 1003, 1004, 2003, 2004 are time and material CLINs. Reference FAR 52.214-4 Alt I, the contractor shall be reimbursed for actual hours incurred only for repair services. 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 CLINs 0004, 1004 and, 2004 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: _________________________________ Contractor POC: _________________________________ 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. 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. 14. Questions shall be submitted in writing via e-mail to joseph.crowley@dla.mil 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. Unit of Issue: MO = Month UN = Unit/Lot YR = Year Attachments: Attachment 1 - Statement of Work Attachment 2 - Quality Assurance Surveillance Program (QASP) Attachment 2a - Point of Contacts Attachment 2b - Contract Oversight Surveillance Report (CORSP) Attachment 3 - Wage Determination Attachment 4 - Schedule of Supplies/Services Attachment 5 - Certification of Accounting System Attachment 6 - Past Performance Questionnaire SCHEDULE OF SUPPLIES/SERVICES SEE ATTACHMENT 4 - SCHEDULE OF SUPPLIES/SERVICES (BASE YEAR PRICING, OPTION YEAR 1 PRICING, AND OPTION YEAR 2 PRICING) Note: Offers must be submitted for contract line items (CLINs) X001, X002, X003, and X004 to be evaluated for a single contract award. Offers for less than CLINs X001, X002, X003, and X004 will be rejected.)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-18-Q-0092/listing.html)
- Place of Performance
- Address: Defense Logistics Agency Distribution Headquarters, New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN05002730-W 20180725/180723230915-88cf57aa25ab55d627aeac3a4b5b19ed (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 |