Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

J -- Refurbish And Repair SpaceSaver Heavy Duty Mobile Pallet Rack - FCC Beaumont

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Beaumont, PO Box 26015 4550 Herbert Road, Beaumont, TX, 77720
 
ZIP Code
77720
 
Solicitation Number
RFQ050211-047-6
 
Response Due
9/19/2006
 
Archive Date
3/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation to Refurbish and Repair a Space saver S-6 Heavy Duty Mobile Pallet Rack Storage System located at the Federal Correctional Complex, 5980 Knauth Road, Beaumont, Texas, 77705. This combined synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items as supplemented with additional information included in this announcement. This announcement constitutes that this is the only solicitation to be issued and the Government does not intend to issue a written solicitation. The solicitation is being issued as a Request for Quotation (RFQ). This solicitation is distributed solely through the General Service Administration?s Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be available. The website provides all downloading instructions to obtain a copy of the solicitation. All future information concerning the acquisition, including solicitation amendments, will be distributed solely through the website. Interest parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. The North American Industry Classification System code for this solicitation is 811310. This contract action is 100% set aside for small business concern. The small business size standard is $6.5 million. The Government intends to make a single award of a firm fixed price contract. The award will be made to the responsible quoter who submits the most advantageous quote to the Government based on price factors only. The RFQ incorporates the following provisions and clauses that are in effect through Federal Acquisition Circular 2005-12. FAR Clause 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000), 52.204-9 Personal Identity Verification Contractor Personnel (JAN 2006), FAR Clause 52.212-1 Instructions to Offerors?Commercial Items (JAN 2006), subsection (a), (b), ?), (f), (g), (j), and (k) applies. FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2006), FAR Clause 52.212-4 Contract Terms and Conditions?Commercial Items (SEPT 2005), FAR Clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders?Commercial Items (AUG 2006), subsection (b)1, 5, 7, 9, 14, 15, 16, 17, 18, 19, 20, 23, 26, and 31 applies, FAR Clause 52.228-5 Insurance - Work on a Government Installation (JAN 1997) Workers Compensation or Employers Liability: $100,000; and Comprehensive General Liability: $250,000 per occurrence of bodily injury, and Automobile Liability: $100,000 per person, $200,000 per occurrence for bodily injury, and $50,000 per occurrence for property damage, FAR Clause 52.233-2 Service of Protest (AUG 1996), FAR Clause 52.237-1 Site Visit (APR 1984), FAR Clause 52.237-2 Protection Of Government Buildings, Equipment, and Vegetation (APR 1984), Faith Based and Community-Based Organizations (AUG 2005), Unsafe Conditions due to the Presence of Hazardous Material (JAR 2852.233-70), Department of Justice (DOJ) Contractor Residency Requirement - Bureau of Prisons Clause (JUNE 2004), Notice of Personnel Security Requirement (OCT 2005). The full text provision or clause may be accessed electronically at www.arnet.gov/far. STATEMENT OF WORK AND GENERAL REQUIREMENTS The contractor with be responsible for providing all labor, equipment, parts and materials to to completely refurbish and repair the existing Space saver S-6 Heavy Duty Mobile Pallet Rack Storage System. THE FOLLOWING IS A COMPILE LIST OF ALL SPACE SAVER REPLACEMENT PARTS REQUIRED TO REFURBISH AND REPAIR THE S-6 HEAVY DUTY MOBILE PALLET RACK STORAGE SYSTEM. QTY P/N DESCRIPTION 36 EA 58049.01 ? HP DC MOTOR 12 EA 68107.01 SWITCH HEAD LOGIC BOARD (STOP-START-RESET-OVERRIDE) 12 EA 68129.01 CARRIAGE CONTROL LOGIC BOARD 24 EA 680222.001 PHOTO SWEEP ADAPTER 12 EA 68114.01 SAFETY CONTROL BOARD 14 EA 68135.01 LIMIT SWITCH CONTROL BOARD 1 EA 61107.01 SYSTEM KEY (ON-OFF-STAT-MOVE) 1 EA 61108.01 SAFETY OVERRIDE KEY 36 EA 61105.01&13096.01 ENCODER ASSY. ( SENSOR WHEEL) 12 EA 82008.01 5 AMP SLOW BLOW FUSE 14 EA 70007.01 FLAG CONNECTOR RECEPTACLES 14 EA 70005.02 TAB (.250) 14 EA 70006.04 RECEPTACLE (.250) 36 EA 70048.01 2 POSITION JUMPER 12 EA TYPE III FESTOON ASSY. 24 EA 61120.01 PHOTO SAFETY SWEEP SWITCH 24 EA 61122.01 PHOTO LIMIT SWITCH 14 EA 64035.01 LIMIT SWITCH (ROLLER ARM MICRO) 1 EA AP2 RECHARGEABLE BATTERY PACK 36 EA 22001.03 DRIVE CHAIN (#60X6 FT.) 36 EA 22032.01 CONNECTING LINK (#60) 36 EA 22008.07 OFFSET LINK (#60) 36 EA 16079.01 MOTOR SPROCKET (60B12) 36 EA 89003.01 WOODRUFF KEY 48 EA 55095.01 RUBBER BUMPER OTHER CONTRACT TERMS AND CONDITIONS CONTRACT SECURITY INVESTIGATIVE REQUIREMENT: The employees of the contractor entering the institution shall meet certain security requirements to receive an institutional pass as required by Bureau of Prisons Program Statement 3000.02 dated March 10, 1994. Primary concerns are the amount of contact that may occur between the Contractor and his/her employees with the inmate population during the performance of the contract. The program manager at the FCC Beaumont is responsible for conducting the appropriate vouchering, law enforcement checks, and ensuring that fingerprinting is completed on all Contractor staff that may need access inside the confines of the secure perimeter. The personnel department will establish a security file that will be maintained on each of the contractor's employees from the beginning of the contract through its duration. The following investigative procedures will be performed: National Crime Information Center (NCIC) check; DOJ-99 (name check); FD-258 (fingerprint check): Law Enforcement Agency checks; Vouchering of Employers; Resume/Personal Qualifications; Completed Contractor Pre-employment Form; OPM-329-A (Authority for Release of Information); National Agency Check and Inquiries (NACI) check (if applicable); and Urinalysis Test (for the detection of marijuana and other drug usage). By submitting a quotation, the contractor and its employees agree to complete the required documents and undergo the listed procedures. An individual employee of the contractor who does not pass the security clearances will be unable to perform services under the contract. If the resulting contract is to be awarded to an individual, all clearance procedures shall be applied prior to award. Individuals who do not pass the security clearance will not be awarded a contract. The final determination and completion of the security investigation procedures will be made at the sole discretion of the FCC Beaumont. All persons are advised that a urinalysis test for the detection of marijuana and other drug usage shall be performed. Any person(s) testing positive shall be disqualified from performing under the resulting contract. Any individual employed by the Contractor deemed not suitable by the BOP requirements will not be granted access to perform services under the contract. This is a condition of the contract. The Contractor must be in compliance with Department of Justice regulations at 8 CFR 274a regarding the employment of aliens. A copy of this directive is available upon the Contractor's request. Contractor employees shall adhere to all institution regulations regarding conduct and performance. Contractor employees will be allowed access to the FCC Beaumont at the sole discretion of the Chief Executive Officer (CEO). Any individual performing under this contract may be removed if it becomes apparent that his/her conduct does not reflect the conduct of that prescribed for those people performing under this contract. NOTICE OF CONTRACTOR PERSONNEL SECURITY REQUIREMENTS (OCT 2005) Compliance with Homeland Security Presidential Directive-12 (HSPD-12) and Federal Information Processing Standard Publication 201 (FIPS 201)1 entitled "Personal Identification Verification (PIV) for Federal Employees and Contractors," Phase I. 1. Long-Term Contractor Personnel: In order to be compliant with HSPD-12/PIV I, the following investigative requirements must be met for each new long-term2 contractor employee whose background investigation (BI) process begins on or after October 27, 2005: a. Contractor Personnel must present two forms of identification in original form prior to badge issuance (acceptable documents are listed in Form I-9, OMB No. 1615-0047, " Employment Eligibility Verification, " and at least one document must be a valid State or Federal government-issued picture ID); b. Contractor Personnel must appear in person at least once before a DOJ official who is responsible for checking the identification documents. This identity proofing must be completed sometime during the clearance process but prior to badge issuance and must be documented by the DOJ official; c. Contractor Personnel must undergo a BI commensurate with the designated risk level associated with the duties of each position. Outlined below are the minimum BI requirements for each risk level: ? High Risk - Background Investigation (5 year scope) ? Moderate Risk - Limited Background Investigation (LBI) or Minimum Background Investigation (MBI) ? Low Risk - National Agency Check with Inquiries (NACI) investigation d. The pre-appointment BI waiver requirements for all position sensitivity levels are a: 1) Favorable review of the security questionnaire form; 2) Favorable fingerprint results; 3) Favorable credit report, if required; 4) Waiver request memorandum, including both the Office of Personnel Management schedule date and position sensitivity/risk level; and 5) Favorable review of the National Agency Check (NAC) portion of the applicable BI that is determined by position sensitivity/risk level. A badge may be issued following approval of the above waiver requirements. If the NAC is not received within five days of OPM ' s scheduling date, the badge can be issued based on a favorable review of the Security Questionnaire and the Federal Bureau of Investigation Criminal History Check (i.e., fingerprint check results). e. Badge re-validation will occur once the investigation is completed and favorably adjudicated. If the BI results so justify, badges issued under these procedures will be suspended or revoked. 2. Short-Term Contractor Personnel: It is the policy of the DOJ that short-term contractors having access to DOJ information systems and/or DOJ facilities or space for six months or fewer are subject to the identity proofing requirements listed in items 1a. and 1b. above. The pre-appointment waiver requirements for short-term contractors are: a. Favorable review of the security questionnaire form; b. Favorable fingerprint results; c. Favorable credit report, if required; and d. Waiver request memorandum indicating both the position sensitivity/risk level and the duration of the appointment. The commensurate BI does not need to be initiated. A badge may be issued following approval of the above waiver requirements and the badge will expire six months from the date of issuance. This process can only be used once for a short-term contractor in a twelve month period. This will ensure that any consecutive short-term appointments are subject to the full PIV-I identity proofing process. For example, if a contractor employee requires daily access for a three or four-week period, this contractor would be cleared according to the above short-term requirements. However, if a second request is submitted for the same contractor employee within a twelve-month period for the purpose of extending the initial contract or for employment under a totally different contract for another three or four-week period, this contractor would now be considered "long-term" and must be cleared according to the long-term requirements as stated in this interim policy. 3. Intermittent Contractors: An exception to the above-mentioned short-term requirements would be intermittent contractors. a. For purposes of this policy, "intermittent" is defined as those contractor employees needing access to DOJ information systems and/or DOJ facilities or space for a maximum of one day per week, regardless of the duration of the required intermittent access. For example, the water delivery contractor that delivers water one time each week and is working on a one-year contract. b. Contractors requiring intermittent access should follow the Department's escort policy. Please reference the August 11, 2004, and January 29, 2001, Department Security Officer policy memoranda that conveys the requirements for contractor facility escorted access. c. Due to extenuating circumstances, if a component requests unescorted access or DOJ IT system access for an intermittent contractor, the same pre-employment background investigation waiver requirements that apply to short-term contractors are required. d. If an intermittent contractor is approved for unescorted access, the contractor will only be issued a daily badge. The daily badge will be issued upon entrance into a DOJ facility or space and must be returned upon exiting the same facility or space. e. If an intermittent contractor is approved for unescorted access, the approval will not exceed one year. If the intermittent contractor requires unescorted access beyond one year, the contractor will need to be re-approved each year. 4. An individual transferring from another department or agency shall not be re-adjudicated provided the individual has a current (within the last five years), favorably adjudicated BI meeting HSPD-12 and DOJ's BI requirements. 5. The DOJ's current escorted contractor policy remains unchanged by this acquisition notice. 52.233-2 SERVICE OF PROTEST (AUG 1996) (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 General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Procurement Executive Federal Bureau of Prisons 320 First Street, N.W., Room 5006 Washington, D.C. 20534 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. DEPARTMENT OF JUSTICE CONTRACTOR RESIDENCY/ BUREAU OF PRISONS CLAUSE (JUNE 2004) For three of the five years immediately prior to submission of an offer/bid/quote, or prior to performance under a contract or commitment, individuals or contractor employees providing services must have: 1. legally resided in the United States (U.S.); 2. worked for the U.S. overseas in a Federal or military capacity; or 3. been a dependent of a Federal or military employee serving overseas. If the individual is not a U.S. citizen, they must be from a country allied with the United States. The following website provides current information regarding allied countries: http://www.opm.gov/employ/html/citizen.htm By signing this contract or commitment document, or by commencing performance, the contractor agrees to this restriction. PROTESTS FILED DIRECTLY WITH THE DEPARTMENT OF JUSTICE (JAR 2852.233-70) (JAN 1998) (a)The following definitions apply in this provision: (1) "Agency Protest Official" means the official, other than the contracting officer, designated to review and decide procurement protests filed with a contracting activity of the Department of Justice. (2) "Deciding Official" means the person chosen by the protestor to decide the agency protest; it may be either the Contracting Officer or the Agency Protest Official. (3) "Interested Party" means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (b) A protest filed directly with the Department of Justice must: (1) Indicate that it is a protest to the agency. (2) Be filed with the Contracting Officer. (3) State whether the protestor chooses to have the Contracting Officer or the Agency Protest Official decide the protest. If the protest is silent on this matter, the Contracting Officer will decide the protest. (4) Indicate whether the protestor prefers to make an oral or written presentation of arguments in support of the protest to the deciding official. (5) Include the information required by FAR 33.103(d)(2): (I) Name, address, facsimile number and telephone number of the protestor. (ii) Solicitation or contract number. (iii) Detailed statement of the legal and factual grounds for the protest, to include a description of resulting prejudice to the protestor. (iv) Copies of relevant documents. (v) Request for a ruling by the agency. (vi) Statement as to the form of relief requested. (vii) All information establishing that the protestor is an interested party for the purpose of filing a protest. (viii) All information establishing the timeliness of the protest. (c) An interested party filing a protest with the Department of Justice has the choice of requesting either that the Contracting Officer or the Agency Protest Official decide the protest. (d) The decision by the Agency Protest Official is an alternative to a decision by the Contracting Officer. The Agency Protest Official will not consider appeals from the Contracting Officer's decision on an agency protest. (e) The deciding official must conduct a scheduling conference with the protestor within five (5) days after the protest is filed. The scheduling conference will establish deadlines for oral or written arguments in support of the agency protest and for agency officials to present information in response to the protest issues. The deciding official may hear oral arguments in support of the agency protest at the same time as the scheduling conference, depending on availability of the necessary parties. (f) Oral conferences may take place either by telephone or in person. Other parties may attend at the discretion of the deciding official. (g) The protestor has only one opportunity to support or explain the substance of its protest. Department of Justice procedures do not provide for any discovery. The deciding official may request additional information from either the agency or the protestor. The deciding official will resolve the protest through informal presentations or meetings to the maximum extent practicable. (h) An interested party may represent itself or be represented by legal counsel. The Department of Justice will not reimburse the protester for any legal fees related to the agency protest. (I) The Department of Justice will stay award or suspend contract performance in accordance with FAR 33.103(f). The stay or suspension, unless over-ridden, remains in effect until the protest is decided, dismissed, or withdrawn. (j) The deciding official will make a best effort to issue a decision on the protest within twenty (20) days after the filing date. The decision may be oral or written. (k) The Department of Justice may dismiss or stay proceeding on an agency protest if a protest on the same or similar basis is filed with a protest forum outside the Department of Justice. Quoter are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to the award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. SITE VISIT A site visit will be scheduled upon request during the week of September11, 2006. Anyone interested in participating on a site visit should submit an email to dsherrill@bop.gov. Please include your name, company name, the names of individuals who will be attending and a daytime phone number. SUBMISSION OF QUOTES All interested parties capable of refurbishing and repairing the existing Space saver S-6 Heavy Duty Mobile Pallet Rack Storage System may submit a RFQ which will be considered by the agency in its final determination. Sealed quotes shall be received on or before the quote deadline of 2:00pm CST, Tuesday, September 19, 2006. Quotes shall be submitted to the following address: Dennis Sherrill, Supervisory Contract Officer, Federal Bureau of Prisons, Federal Correctional Complex, 5980 Knauth Road, Beaumont, Texas, 77705. Mailed and hand-carried quotes must be delivered to the Contracting Officer at the above address. Quotes received after the quote deadline will be handled in accordance with FAR 52.212-1(f). All quotes shall be clearly marked with RFQ 050211-047-6. Also, within the contractor?s quotation, the contractor shall provide the ability to meet the insurance requirements, provide contact information for financial references to include: Bank Name, Address, Phone Number, and Contact Person. All contractors shall provide point of contact information for professional references. All contractors shall provide a list of at least three contracts awarded to your firm which are related in nature. Include the following information for each reference: Customer Name, Address, Phone Number, Fax Number, E-Mail Address, Contract Number, Contact Person, Type of Work, Contract Award Amount.
 
Place of Performance
Address: Federal Bureau of Prisons,, Federal Correctional Complex,, 5980 Knauth Road,, Beaumont, Texas
Zip Code: 77705
Country: UNITED STATES
 
Record
SN01139311-W 20060913/060911220337 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.