SOLICITATION NOTICE
J -- Machine Repair
- Notice Date
- 2/12/2020 11:34:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W4MM USA JOINT MUNITIONS CMD ROCK ISLAND IL 61299-5000 USA
- ZIP Code
- 61299-5000
- Solicitation Number
- W52P1J-20-Q-NHRP
- Response Due
- 3/2/2020 10:00:00 AM
- Archive Date
- 03/17/2020
- Point of Contact
- Lorraine Geren, Phone: 3097826757, Cindy K. Wagoner, Phone: 3097820182
- E-Mail Address
-
lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-20-Q-NHRP.� The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04. The NAICS code for this procurement is 811310; the small business size standard is $8,000,000.00. Offerors must be registered within the System for Award Management (SAM) database in order to receive an award against this Solicitation.� The website for SAM is https://www.sam.gov/. Addendum to 52.212-1 DESCRIPTION OF REQUIREMENT This solicitation is issued for the following: Repair of Machine Tools located at Crane Army Ammunition Activity, Crane, Indiana, in accordance with the Performance Work Statement at Attachments 01. TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as a Full and Open competition.� The Army Contracting Command-Rock Island (ACC-RI) intends to award a Time-and-Materials Contract against this solicitation. Labor shall be paid at the awarded labor rates for the Base Period and each Option Year.� Payment for material costs shall be based on actual cost, plus delivery/shipping costs. PERIOD OF PERFORMANCE and LOCATION The awarded contract will have a Base Year and 2 Option Periods as follows: ����������������� Base Year:������������������������ Date of Award � 31 March 2021 ����������������� Option Year 1������������������ 1 April 2021�� - ���31 March 2022 ����������������� Option Year 2������������������ 1 April 2022� �-�� �31 March 2023 Performance shall take place at: Crane Army Ammunition Activity, 300 Highway 361, Crane, Indiana 47522-5001.� QUOTE SUBMISSION REQUIREMENTS The following shall be submitted in response to this solicitation: (1) Quote.� Quotes shall be provided on the Pricing Sheet at Attachment 02.� All highlighted areas must be completed. (2) Completion of Provision at Enclosure 03 (FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I).� Note: Offerors who are actively registered in the SAM database may complete paragraph (b) only. � Failure to provide labor rates for all periods (Base, Option Year 1 and Option Year 2); or failure to provide all information highlighted on Attachment 02 may render the offeror�s quote noncompliant with the Solicitation requirements. LISTING OF ATTACHMENTS Attachment 01, Performance Work Statement Attachment 02, Pricing Sheet Attachment 03, FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items Attachment 04, Clauses in Full Text (1) FAR 52.217-8, Option to Extend Services; (2) FAR 52.217-9, Option to Extend the Term of the Contract; (3) FAR 52.212-4 Alt I Contract Terms and Conditions-Commercial Items; DFARS 252.232-7006, Wide Area Workflow Payment Instructions�������� Attachment 05, Wage Determination No. 2015-4821 Rev 12 � BASIS FOR AWARD In accordance with FAR 52.212-1(g), the Government intends to award against this solicitation without discussions.� In accordance with FAR 12.602, Streamlined evaluation procedures will be utilized for this procurement. Award will be made to the offeror who provides the lowest Total Price, who is deemed responsible, and who is compliant with all the requirements of this solicitation. Total Price is calculated as follows: Total Price = Base Year Labor Rate + Option Year 1 Labor Rate + Option Year 2 Labor Rate QUOTE SUBMISSION - METHOD Offers shall be submitted in the following way: Electronically via email to the Contract Specialist lorraine.geren.civ@mail.mil and Contracting Officer� cindy.k.wagoner.civ@mail.mil� Offerors should include��� �Response to W52P1J-20-Q-NHRP� within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer. **Note:� Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond.� Questions not received within a reasonable time prior to close of the solicitation may not be considered. End of Addendum to 52.212-1 � SOLICITATION PROVISIONS The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this solicitation and are incorporated by reference (provisions may be obtained via the internet at https://www.acquisition.gov): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I FAR 52.204-7, System For Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk systems in Past Performance Evaluations DFARS 252.215-7008, Only One Offer DFARS 252.247-7022, Representation of Extent of Transportation by Sea DFARS 252.215-7010, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data �Addendum to 52.212-1 FAR 52.216-31, Time-and-Materials/Labor Hour Proposal Requirements � Commercial Item Acquisition FAR 52.217-5, Evaluation of Options End of Addendum to 52.212-1 �� �CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at https://www.acquisition.gov): � FAR 52.212-4 Alt I, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.203-3, Gratuities FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities���������� FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.222-17, Nondisplacement of Qualified Workers FAR 52.222-41, Service Contract Labor Standards FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 FAR 52.204-13, System for Award Management Maintenance FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7004, Antiterrorism Awareness Training for Contractors DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7052, Restriction on the Acquisition of Certain Magnets and Tungsten 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 252.243-7002, Requests for Equitable Adjustments DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.246-7003, Notification of Potential Safety Issues�������� DARS 252.246-7008, Sources of Electronic Parts DFARS 252.247-7023, Transportation of Supplies by Sea Addendum to 52.212-4 FAR 52.243-3, Changes � Time-and-Materials or Labor Hours FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34, F.O.B. Destination DFARS 252.201-7000, Contracting Officer�s Representative AMENDMENT 01 The purpose of Amendment 01 is to replace Attachment 04, Full Text Clauses, with Attachment 04_Revised 10Feb2020_Full Text Clauses. Within the revised Atttachment 04, FAR Clause 52.212-4 Alt I (Contract Terms and Conditions-Commercial Items) is updated as follows (change is made in bold within the document): paragraph i(1)(ii)(D)(1) is changed from ""None"" to ""Material Shipment, Travel Costs"".� This revision allows for payment of these costs in accordance with the terms of the clause.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/09120a3faa0647ac88b2faf611b3d201/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05560404-F 20200214/200212230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |