|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160Defense Reutilization And Marketing Service, DRMS-UPO, 74 Washington
Avenue North, Battle Creek, MI 49017-3092 M -- SOLICITATION FOR LOGISTICS SUPPORT AT DOD FACILITIES / AMENDMENT
0005 SOL SP4410-98-R-1002 POC Bernie Solovey, Contracting Officer,
DRMS-UPO, TELE (616)961-4246, FAX (616)961-4474 WEB:
http:www.drms.dla.mil, http:www.drms.dla.mil. E-MAIL:
bsolovey@drms.dla.mil, bsolovey@drms.dla.mil. LOGISTICS SUPPORT
Logistics Support at DoD Activities. This is amendment 0005 to the
combined synopsis/solicitation SP4410-98-R-1002, for commercial items
posted in the CBDnet on May 19, 1998. This combined
synopsis/solicitation has been 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; proposals are being requested and a written solicitation
will not be used. The Defense Reutilization and Marketing Service
(DRMS) has an on-going requirement for logistic support at a variety of
DoD locations, throughout CONUS. For a definition of the types of
logistics support that may be required, offerors may visit the web site
at http://www.drms.dla.mil. The publications are located under the
Government section. Enter the pubs/regs section, view the numerical
listing of all publications with the numbers 4160.14 and DoD 4160.21-M
for definitions and explanations. All work under the contract shall be
performed in accordance with these publications. The Defense
Reutilization and Marketing Offices (DRMOs) that will be supported
under the resultant contracts provide for the disposition of
excess/surplus Government property. The labor categories include (but
may not be limited to): Hazardous Property Processor; Forklift
Operator; Heavy Equipment Operator; Material Coordinator; Recycling
Worker; Warehouse Worker; Environmental Technician; General
Administrative/Clerical Support, and associated management support. The
solicitation provisions and clauses are those in effect through Federal
Acquisition Circular 97-04. The solicitation is issued using
unrestricted, full and open competitive procedures. The SIC for this
acquisition is 7389, $5.0 million. The Government will award multiple
Indefinite Delivery Indefinite Quantity contracts as the result of this
solicitation. Task orders will then be competed for specific services
throughout the life of the contract(s). The minimum for the program
(all contracts) is $25,000; the maximum is $5 million (base and option
periods). Each contract awarded will receive a pro rata share of the
minimum for the program. Awards will be based on past performance and
price. The evaluation factor for past performance is significantly more
important than price. All offerors are requested to furnish references
with telephone numbers and points of contact that demonstrate similar
or same past performance within the past three years. Offerors are
requested to submit a price proposal for performing the following
sample task: The contractor is required to provide personnel to perform
the Receipt and Storage process under Chapter 2 of publication 4160.14,
Volume II, Warehousing for DRMS and DRMOs. This includes performing the
tasks in Chapter 2 under paragraphs B through S, except J, K, Q and R.
It is estimated that the contractor will need to process 5,500 DTIDs
per month during this period at the DRMO in this sample task. For
estimating costs use the following assumptions: (a) two percent of the
DTID's will have discrepancies; (b) thirty percent of the DTIDs will
be hazardous property; (c) five percent of the DTIDs will be
unacceptable; (d) one percent of the DTIDs will be non-hazardous,
non-returnable off-site generator property; (e) five percent of the
DTIDs for each category of the following will be provided batch-lot,
downgrade, local or national sales items, and special handling; (f) one
percent will be munitions lists items; (g) five percent of the DTIDs
will be for scrap or usable property received as scrap or downgraded to
scrap; (h) one percent of the DTIDs will have trouble items, (i) two
percent of the DTIDs will be received in place; (j) no small arms will
be provided. The DTIDs represent an average of two pieces of property.
The contractor shall include management support for this task. The
period of performance for this task is ninety days. When contractors
submit their price proposal for this sample task, they shall include
the number and types of personnel that they plan to provide. The
Government will provide all supplies and equipment required to perform
this task. This is a sample task only and represents a type task that
might be required under the contract. As this is a sample task only
and there are many different places of performance, the DOL wage
determination for pricing this task will be for Battle Creek, MI. A
copy of this wage determination can be acquired by faxing a request to
the number at the bottom of this synopsis/solicitation. The price
proposal shall include a breakdown of how many and what type of
personnel will be used, the hours or units attached to the personnel
and a cost breakdown, including but not limited to, hourly wage rates,
overhead and profit. Offerors are required to indicate in their offer
whether subcontractors will be used in the accomplishment of the task
orders. In accordance with FAR 52.212-5, Paragraph (4), a
subcontracting plan may be required. All task order proposals will be
evaluated on some combination of past performance, price, and/or
technical evaluations. The importance of these factors will be
described when the Government requests a proposal for performance of a
task. Offeror's for the initial contract will be evaluated based on
past performance and price. The price evaluation will be a price
realism analysis and other price analysis techniques may be used. The
Government intends to award a contract or contracts resulting from this
solicitation to the responsible offeror(s) whose proposal(s) represents
the best value to the Government. The Government intends to evaluate
proposals and award without discussions; however we reserve the right
to conduct discussions should the contracting officer determine them
necessary. The period of performance is 18 months with 2 each 12 month
option periods. Inspection and acceptance shall be at the place of
performance. The DRMOs are divided into 15 zones. Each offeror may
offer on one or more groups. No contract will be awarded for less than
a group. Groups to be awarded are:Group A: ZONES 1 4 EAST; Group B:
ZONES 5 8 EAST; Group C: ZONE 1-4 WEST; Group D: ZONES 5 7 WEST. The
zones are as follows: EAST ZONES: Zone 1: Rock Island IL; Great Lakes
IL; Sparta WI; Whiteman MO; Scott IL; Duluth MN. ZONE 2: Battle Creek
MI; Columbus OH; Selfridge MI; Wright Patterson OH; Crane IN; Knox KY;
Campbell KY. ZONE 3: Groton CT; Portsmouth NH; Romulus NY; Drum NY;
Tobyhanna PA; Lakehurst NJ; Philadelphia PA. ZONE 4: Mechanicsburg PA;
Letterkenny PA; Aberdeen MD; Meade MD; Belvoir VA; Richmond VA;
Williamsburg VA; Norfolk VA; St. Juliens VA. ZONE 5: Cherry Point NC;
Jackson SC; Bragg NC; Lejeune NC. ZONE 6: Keesler MS; Rucker AL;
Pensacola FL; Eglin FL. ZONE 7: Benning GA; Warner Robins GA; Albany
GA; Forest Park GA; Stewart GA; Anniston AL; McClellan AR; Huntsville
AL. ZONE 8: Jacksonville FL; Tampa FL; Patrick FL; Homestead FL. WEST
ZONES: ZONE 1: Lewis WA; Fairchild WA; Hill UT; Mountain Home ID. ZONE
2: Sierra CA; McClellan CA; Stockton CA; Travis CA; Port Hueneme CA;
Vandenberg CA. ZONE3: Barstow CA; 29 Palms CA; Edwards CA; El Toro CA;
March CA; San Diego CA; North Island CA; Pendleton CA; Nellis NV. ZONE
4: Great Falls MT; Grand Forks ND; Minot ND; Ellsworth SD; Offutt NB;
Colorado Springs CO; Riley KS. ZONE 5: Luke AZ; Tucson AZ; Huachuca AZ;
Kirtland NM; Cannon NM; Holloman NM; Bliss TX. ZONE 6: Oklahoma City
OK; Chaffee AK; Sill OK; Texarkana TX; Polk LA; Little Rock AK; Pine
Bluff AK. ZONE 7: San Antonio TX; Laughlin TX; Corpus Christi TX; Hood
TX; Dyess TX; Sheppard TX. The following clauses/provisions apply: FAR
52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL APRIL 1998 FAR 52.212-2
EVALUATION COMMERCIAL ITEMS (OCT 1995). Paragraph (a) of the provision
is completed as follows: Past performance and price; past performance
is slightly more important than price; however, price is still a
significant factor. FAR 52.213-3, OFFEROR REPRESENTATIONS AND
CERTIFICATIONS COMMERCIAL ITEMS (JAN 1997). A completed copy of this
provision must be submitted with the offeror's proposal. FAR 52.212-4
CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (APR 1998) FAR 52.212-5
CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS COMMERCIAL ITEMS, (APR 1998). The following blocks are
x'd: (b) (1) (4) and (b) (6) (7); (c) (1) (3). FAR 52.228-5 INSURANCE
WORK ON A GOVERNMENT INSTALLATION (JAN 1997) applies. Minimum insurance
amounts are General Liability $500,000 per occurrence; Automobile
Liability Comprehensive $200,000 per person; Bodily Injury Liability
$500,000 per occurrence. Property Damage $20,000 per occurrence. FAR
52.216-18, ORDERING (OCT 1995): Paragraph (a) is completed as follows:
Date of award of the first task order through 42 months after award of
the contract(s). FAR 52.216-19, ORDER LIMITATIONS (OCT 1995) applies.
Paragraph (a) is completed as follows: $500 per site. Paragraph (b)(1)
is completed as follows: $5 million. Paragraph (b)(2) is completed as
follows: $5 million. Paragraph (b)(3) is completed as follows: 30
days. Paragraph (d) is completed as follows: 5 days. FAR 52.216-22,
INDEFINITE QUANTITY (OCT 1995). Paragraph (d) is completed with "due
dated stated in the final task order. FAR 52.217-4 EVALUATION OF
OPTIONS (JUL 1990) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE
CONTRACT (MAR 1989). Paragraph (c) is completed with: 42 months. The
clauses and provisions applicable to this solicitation may be found at
farsite.hill.af.mil/ or they are available by contacting Mr. Bernie
Solovey as cited below. This solicitation is not rated under the
Defense Priorities and Allocations Systems. Offers are due no later
than 4:30 p.m. Eastern Time, 10 days after publication of this notice
in the Commerce Business Daily (CBD). If 10 days after publication
falls on a Saturday, Sunday, or Federal Holiday, then offers are due by
4:30 p.m. Eastern Time on the next available business day. Offers shall
be mailed to DRMS-UPO, Attn: Mr. Bernie Solovey, 74 N. Washington Ave,
Battle Creek MI 49017-3092. One copy is required. Direct questions
regarding this combined synopsis/solicitation to Bernie Solovey,
Contracting Officer, DRMS-UPO, at fax (616) 961-4474, or e-mail
bsolovey@drms.dla.mil. Telephone inquiries will not be accepted. Posted
08/13/98 (W-SN236476). (0225) Loren Data Corp. http://www.ld.com (SYN# 0101 19980817\M-0001.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|