Combine Solicitation – 4 month MHE for DDRT
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: 4 month MHE for DDRT
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: SP3300-14-Q-0108
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 75507-5000
Place of Performance Country: US
Description:
DLA Acquisition Locations
DLA Distribution
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 is a Request for Quote (RFQ) and the RFQ number is SP3300-14-Q-0108. All offers must be received by
This Request for Quotation (RFQ) is being issued to establish a time and materials contract for unschedualed remedial maintenance support services on material handling systems and associated ancillary equipment at the
This is a Request for Quote (RFQ) and the solicitation number is SP3300-14-Q-0108. This solicitation is issued as Set Aside for Small Business Concerns under NAICS Code 811310.
DESCRIPTION OF ITEMS:
6. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: ________________________________ Company Address: ________________________________ ________________________________ ________________________________ ________________________________ Telephone ________________________________ CAGE Code ________________________________
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.
ACCOUNTING SYSTEM: In accordance with FAR 16.104(h), offerors must demonstrate that they possess an adequate accounting system to be eligible for award of this contract. The Government will utilize information from the contractor's certification found in Attachment 8 and information submitted with in accordance with FAR 52.212-1. If the Government is unable to determine that the offeror has an adequate accounting system as defined in Attachment 8, the offeror will be ineligible for award of this contract. The offeror shall also provide a description of the accounting system in this quote which demonstrated the ability of the vendor to 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."
Invoicing and Payment will be by Wide Area Workflow and DFAR clauses 252.232-7003 and 252.232-7006 apply and are provided in this RFQ. Invoicing and Payment will be made via WAWF. Companies must accept WAWF as payment method in order to be considered for award, if not, your quotation will be considered non-responsive and will not be considered for award.
CONTRACT PRICING:
WAGE DETERMINATION: This requirement is subject to the Service Contract Act. Wage Determination No. 2005-2235, Revision No. 15, dated
ORIGANIZATIONAL CONFLICT OF INTEREST 1. The contractor shall be ineligible from participation as a contractor, subcontractor, or consultant in any procurement arising or resulting from any of the services provided to
ILLEGAL ITEMS NOT AUTHORIZED ON FEDERAL INSTALLATION Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor's responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. The local authorities can issue a citation that charges the individual with a specific offense and requires the individual to appear before a Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions.
MANAGEMENT OF CONTRACTOR EMPLOYEES The Contractor personnel are employees of the Contractor and under the administrative control and supervision of the Contractor. The Contractor, through its personnel, shall perform the tasks prescribed in the Statement of Work. The Contractor shall select, supervise, and exercise control and direction over its employees under this contract. The Contractor shall not supervise, direct, or control the activities of the Government personnel or the employee of any other contractor, except any subcontractor employed by the Contractor on this contract. The Government shall not exercise any supervision or control over the Contractor in the performance of contractual services under this contract. The Contractor is accountable to the Government for the actions of its personnel.
SUBMISSION OF SERVICE/DELIVERY SLIPS
Service verification slips must be delivered to the Technical POC/Contracting Officer's Representative (COR) following each on-site visit. Verification slips shall include the contract number, person's name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment.
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.
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 personnel 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.
Questions shall be submitted in writing via e-mail to Michael.Minto@dla.mil.
The Government is not soliciting for the "same old way" of doing business. Furthermore, DLA Distribution personnel 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.
Attachment 1 - Equipment List Attachment 2 - Statement of Work, Equipment Preventive and Remedial Maintenance at the
LINE ITEMS
SCHEDULE OF SUPPLIES/SERVICES
ESTIMATED UNIT ESTIMATED CLIN DESCRIPTION QUANTITY U/I PRICE TOTAL
0001 On-Call 350 HR $__________ = $_____________ Unscheduled Maintenance Ceiling Price to be performed in accordance With attached Statement of Work for the attached List of Equipment. Period of Performance From
Labor Category ___________________________ Direct Labor Rate per Hour $ _____________
Labor Category ___________________________ Direct Labor Rate per Hour $ _____________
0002 Parts required 1 UN $_30,000.00_____ for the Unscheduled maintenance Ceiling Price Pricing is estimated. Contractor will only be paid For actual parts utilized. (Note: this
TOTAL FOR CLIN 0001 $_______________________
The quantities shown above are estimated only. They represent the Government's best known estimated quantity. If the Government's requirement do not result in the quantity described as estimated; such event shall not constitute the basis for an equitable price adjustment under this contract. Payment will only be for the actual quantities provide to the Government at the prices specified.
Service to be performed at: DLA DISTRIBUTION
Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449.
CONTRACT CLAUSES
ADDENDA
FAR 52.212-4 Contract Terms and Conditions-Commercial Items (
FAR 52.212-4 Alternant 1 (Aug, 2012), Fill in for (e) (1) (iii) (D) is "NONE". Fill in for (i) (1) (ii) (D) (1) is "NONE". Fill in for (i) (1) (ii) (D) (2) is "(0) Zero".
FAR 52.204-9 Person Identity Verification of Contractor Personnel (
DFARS 252.201-7000 CONTRACTOR OFFICER'S REPRESENTATIVE (
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (
(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
(1) 52.222-50 Combating Trafficking in Persons (
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:
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) (
(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13 Contractor Code of Business Ethics and Conduct (
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause)
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (
(End of Clause) FAR 52.222-99, Establishing a Minimum Wage for Contractors. (DEVIATION 2014-O0017) (
This clause implements Executive Order 13658, Establishing a Minimum Wage for Contractors, dated
(a) Each service employee, laborer, or mechanic employed in
(b) The Contractor shall adjust the minimum wage paid under this contract each time the Secretary of Labor's annual determination of the applicable minimum wage under section 2(a)(ii) of Executive Order 13658 results in a higher minimum wage. Adjustments to the Executive Order minimum wage under section 2(a)(ii) of Executive Order 13658 will be effective for all service employees, laborers, or mechanics subject to the Executive Order beginning
(c) The Contracting Officer will adjust the contract price or contract unit price under this clause only for the increase in labor costs resulting from the annual inflation increases in the Executive Order 13658 minimum wage beginning on
(d) The Contracting Officer will not adjust the contract price under this clause for any costs other than those identified in paragraph (c) of this clause, and will not provide price adjustments under this clause that result in duplicate price adjustments with the respective clause of this contract implementing the Service Contract Labor Standards statute (formerly known as the Service Contract Act) or the Wage Rate Requirements (Construction) statute (formerly known as the Davis Bacon Act).
(e) The Contractor shall include the substance of this clause, including this paragraph (e) in all subcontracts.
(End of clause)
DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
(a) Definitions. As used in this clause- "
(End of clause)
FAR 52.252-2 - CLAUSE INCORPORATED BY REFERENCE (
Period of Performance and Line Items
OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.
1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Price Quote (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (6) Quotes submitted shall be clearly identified as source selection sensitive and therefore include a statement at the top or bottom of each page as follows: SOURCE SELECTION INFORMATION SEE FAR 2.101 AND 3.104 (7) Do not calculate past the second decimal point of cents.
2. Price quotes must be submitted via one of the following methods by
NOTE: All contractors MUST be registered in the Central Contractor Registration (SAM) Database to receive an award. Information on registration may be obtained by calling 1-866-606-8220 or via the internet at WWW.SAM.GOV
SOLICITATION PROVISIONS
FAR 52.212-2 Evaluation - Commercial Items (
52.212-3 -- Offeror Representations and Certifications -- Commercial Items. As prescribed in 12.301(b)(2), insert the following provision: Offeror Representations and Certifications -- Commercial Items (
An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of
FAR 52.216-1 - TYPE OF CONTRACT (
(a) The Government contemplates award of a Time-and-Materials or Labor-Hour type of contract resulting from this solicitation. (b) The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by- (1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates or the offeror under a common control. (End of Provision)
FAR 52.216-31 TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL REQUIREMENTS-COMMERCIAL ITEM ACQUISITION (
(a) The Government contemplates award of a Time-and-Materials or Labor-Hour type of contract resulting from this solicitation. (b) The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by- (1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates or the offeror under a common control.
(End of Provision)
FAR 52.233-2 - SERVICE OF PROTEST (
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the
(End of Provision)
FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/farhttp://farsite.hill.af.mil
(End of Provision)
DLAD 52.233-9000 AGENCY PROTESTS (
Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision)
DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (
(a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute.
(b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate.
(c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision)
Link/URL: https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-14-Q-0108/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 11749 |
Combine Solicitation – ELECTRO HYDRAULIC MOBILE COLUMN LIFTS
Combine Solicitation – UNDERWATER BODY PRESERVE: RB-M 45627, USCG STA. HONOLULU
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News