MODIFICATION
J -- REBUILDING FIRE EXTINGUISHER EQUIPMENT
- Notice Date
- 8/29/2007
- Notice Type
- Modification
- Contracting Office
- M67004 814 Radford Blvd Albany, GA
- ZIP Code
- 00000
- Solicitation Number
- M6700407R0059
- Response Due
- 9/10/2007
- Archive Date
- 10/10/2007
- Point of Contact
- Nora Cherry 229-639-8114
- Description
- Description: This is an Amendment to this combined synopsis/solicitation for commercial services. This is an unrestricted combined synopsis/solicitation for commercial services to rebuild the FM-200 Part Number# 12496352-3 (NSN: 4210-01-518-5265) and Halon 1301 Part Number #12314494-6 (NSN:4210-01-451-4047) Fire Bottles required in the M992 Ammunition Vehicle prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation is being issued as a Request for Proposal and a firm fixed price contract is contemplated. Responses are requested pursuant to this announcement and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). All responses shall reference Solicitation No. M67004-07-R-0059 (RFP). This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 2005-10, as if stated in full text, as well as the terms and conditions of FAR 52.212-1. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 336992 and small business size standard is 1,000 employees. The Government anticipates for this solicitation to result in award of one requirements contract with task (delivery) orders with CLIN 0001 for Fire Extinguisher Cylinder Assembly Halon with an estimated minimum of 1 and an estimated 180 will be required over the life of the contract, should all options be extended. CLIN 0002 for FM-200 Fire Bottle Assy with an estimated minimum of 1 and an estimated 90 will be required over the life of the contract, should all options be extended. The anticipated duration of the ordering pe riod is from date of award for three (3) years. Base Year: Date of Award through 30 September 2007; Option Year One: 1 October 2007 through 30 September 2008; Option Year Two: 1 October 2008 through 30 September 2009. Schedule B: ITEM NO. SUPPLIES/SERVICES QTY U/I U/P AMOUNT CLIN 0001 Fire 180 EACH Extinguisher Cylinder Assembly Halon. CLIN 0002 90 EACH FM-200 Fire Bottle Assy. CLIN 0003 Warranty for 12 MONTH Workmanship and material. ***BEGIN PERFORMANCE WORK STATEMENT*** 1.0. General Information The Contractor shall provide for all tasks, supervision, labor, tools, materials, facility, equipment, transportation, supplies, test equipment and management necessary, except as specified in this statement of work to administer and perform all work identified in each individual task (delivery) orders. The contractor may be required to perform work under multiple task (delivery) orders at different sites simultaneously. The contractor shall at its own expense, obtain any licenses or permits that are required to perform the duties of this contract, safety training certificates, drivers' licenses for Contractor vehicles, etc. The contractor shall comply with all current local, state, federal laws and regulations and shall comply with any subsequent changes to laws and regulations that may occur during the life of the contract. The contractor shall at its own expense, procure/provide any and all tools, parts, equipment, machinery, supplies, fuel, any items not specificall y identifies as being provided by the Government and thereafter maintain the required items to sufficiently to perform the work. 1.1. Task (delivery) Order Requirements 1.1.2. Rebuild Halon 1301 Part Number: 12314494-6 (National Stock Number: 4210- 01-451-4047) required in the M992 Ammunition Vehicle. 1.1.3. Rebuild Fire Bottle Assy required in the M992 Ammunition Vehicle. 1.1.4. Vendor is required to provide a 12-month warranty for workmanship and material for fire extinguisher cylinder, halon and fire bottles assy. 1.1.5. The service provider must have the capability to recover the HFC-227, and Halon, (which are the extinguishing agents used). 1.1.6. Completely disassemble the fire extinguisher cylinders and valves. 1.1.7. Clean and reassemble the fire extinguisher cylinder and valves. 1.1.8. Fire Bottle Assy will be hydrostatically tested painted and correctly labeled. 1.1.9. Valves will be rebuilt and tested prior to installing them on the cylinders. 1.1.10. Fire Extinguisher Cylinders will be recharged to the correct specifications, and then tested for leakage. 1.1.11. Contractor?s Quality Control Plan (a) The Contractor shall establish and maintain a Quality Control Program in accordance with the FAR 52.246-4, "INSPECTION OF SERVICES - FIXED PRICE" clause, Section E, to ensure that the work performed under the contract conforms to the contract requirements. The Contractor shall submit to the Contracting Officer an initial draft of the written QCP 30 days of commencement of the transition period. The Contracting Officer will notify the Contractor of acceptance or required revisions within 10 days of receipt. The Contractor shall submit the finalized plan to the Contracting Officer within 10 days after receipt of notification of required revisions. Changes to the QCP shall be submitted to the Contracting Officer not later than 10 working days prior to effective date of change. (b) The Contractor?s QCP shall provide top Contractor?s management with an effective and efficient means of identifying and correcting problems throughout the entire scope of operations. (c) The QCP shall include: (1) A description of the Contractor?s quality control system. The system must cover all contract services, specify work to be inspected on either a scheduled or unscheduled basis, and describe how inspections are to be conducted. (2) The name(s) and qualifications of the individual(s) responsible for performing the quality control inspections, and the extent of their authority. (3) Provisions for recording the results of inspections and for recording corrective action taken. (4) Provisions to update and revise the QCP during the performance of the contract. (d) A file of all Quality Control inspections, both performed and scheduled, inspection results, and dates and details of corrective actions taken, shall be maintained by the Contractor through the term of this contract. The file shall be the property of the Government and made available to the Contracting Officer during regular working hours. The file shall be turned over to the Contracting Officer within 15 days of completion/termination of the contract. (e) Work that is subcontracted and performed away from the facility shall be covered by this Quality Control Program. 2.0. INSPECTION AND ACCEPTANCE 2.1. Inspection and Acceptance: The Contractor shall perform or have performed the inspections and tests required to substantiate that the supplies and services provided under this contract conform to the specifications and contract requirements herein. 2.2. Performance Requirement Summary (PRS) The performance standards for this PBWS are stated in the Performance Requirements Summary (PRS). The Contracting Officer will follow the PRS below and FAR 52.212-4, Contract Terms and Conditions-Commercial Items and 52.246-4 Inspection of Services, for Contractor?s failure to perform satisfactory services or failure to correct non-conforming services. Performance Requirement Summary will be incorporated per task (delivery) order. 3.0. DELIVERIES OR PERFORMANCE 3.1. Facility: Work will be performed at contractor's facility. The Contractor?s facility shall have an International Standards Organization (ISO) or American National Standards Institute (ANSI) or a comparable quality assurance system being utilized at their facility. The Government may visit the Contractor's facility where the services will be performed prior to contract award or before issuing a notice to proceed. 3.2. Pickup and delivery: Contractor will be responsible for pickup at worksite, building 2200, located at Maintenance Center Albany, Radford Blvd, Albany Georgia, Monday through Friday between the hours of 7:30-4:30. Contractor will be responsible for delivery at the worksite, warehouse building 1331 door 10, located at Maintenance Center Albany, Radford Blvd, Albany Georgia, Monday through Friday between the hours of 7:30 AM and 4:30 PM. Any weekend pickup and delivery will be coordinated with the Contracting Officer and the Technical Point of Contact. 3.3. Transportation of Equipment and Material: Equipment and Materials shall be transported to and from by the Contractor. The Contractor shall provide its own means of transportation at an agreed upon cost to the Government. 3.4. Service Time: The Contractor shall accomplish work in the time frames set forth as follows: A 14-calendar day repair cycle time is required. 3.5. Certificate Of Conformance: The Contractor shall complete a ?Certificate of Performance? that confirms and certifies that all items of work under the ordered work package have been tested and found to comply and in conformance with the requirements Set forth herein and have been satisfactory completed and delivered to the Government. Contract Clauses: The following FAR provisions and clauses are applicable to this procurement: 52.233-4 Applicable Law For Breach Of Contract Claim (OCT 2004); 52.204-7 Central Contractor Registration (JUL 2006);52.217-9 Option to Extend the Term of the Contract (a: 30-days); 52.217-8 Option to Extend Services(30 days); 52.212-1 Instructions To Offerors Commercial Items (JAN 2006) ;52.212-2 Evaluation-Commercial Items (JAN 1999);52.212-3 Offeror Representations And Certifications-Commercial Items (MAR 2005) and its ALT 1; 52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items including subparagraphs (FEB 2006); 52.203-3 Gratuities (APR 1984); Notice of Price Evaluation Preference for HUB ZONE Small Business Concerns (JUL 2005);52.219-8, Small Business Subcontr acting Plan (SEP 2006);52.219-14, Limitations on Subcontracting (DEC 1996);52.219-16, Liquidated Damages-Subcontracting Plan (JAN 1999) 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I (OCT 1995); 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (JUL 2005); 52.222-3 Convict Labor (JUN 2003);52.222-19 Child Labor-Cooperation with Authorities and Remedies(JAN 2006);52.222-21 Prohibition of Segregated Facilities(FEB 1999); 52.222-26 Equal Opportunity (APR 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) ; 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (JAN 2006); 52.225-13, Restrictions on Certain foreign Pur chases (FEB 2006); 52.232-33, Payment by Electronic Funds Transfer-Cen tral Contractor Registration (OCT 2003); 52.222-41, Service Contract Act of 1965 (JUL 2005); 52.223-9 Estimate of Percentage of Recovered Material Content of EPA-Designated Products (AUG 2000);52.225-1, Buy American Act-Supplies(JUN 2003); 52.225-5, Trade Agreements (NOV 2006); 52.232-30 Installment Payments for Commercial Items (OCT 1995); 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989); 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts)(NOV 2006); 52.222-44 Fair Labor Standard Act and Service Contract Act-Price Adjustment (FEB 2002); 52.232-36 Payment by Third Party (MAY 1999);52.233-2 Service Of Protest ((AUG 1996); 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998); 52.252-2, Clauses Incorporated By Reference (FEB 1998);52.252-5 Authorized Deviations In Provisions (APR 1984). Additional contract terms and conditions applicable to this procurement are: 252.204-7003 Con trol Of Government Personnel Work Product (APR 1992); 252.204-7004 Central Contractor Registration (52.204-7) Alternate A; 252.212-7000 Offeror Representations and Certifications Commercial Items(JUN 2005); 252.212-7001 Contract Terms And Conditions Required To Implement Statues Or Executive Orders Applicable to Defense Acquisitions of Commercial Item (APR 2007); 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials (APR 1993);252.219-7004, Small Business Subcontracting Plan (Test Program ) (APR 2007); 252.219-7003, Small Business Subcontracting Plan (DOD Contracts) (APR 2007); 252.225-7012, Preference for Certain Domestic Commodities(JAN 2007); 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005);252.225-7021 Trade Agreements (MAR 2007); 252.225-7036 Buy American Act-Free Trade Agreements-balance of Payments Program (MAR 2007); 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003); 252.225-7013 Duty Free En try (OCT 2006); 252.225-7014, Preference for Domestic Specialty Metals (JUN 2005) ;252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (MAR 2006); 252.227-7015 Technical Data-Commercial Items (NOV 1995); 252.232-7003 Electronic Submission of Payment Requests (MAR 2007); 252.243-7002 Requests for Equitable Adjustment (MAR 1998);252.247-7023, Transportation of Supplies by Sea (MAY 2002); 252.247-7028 Notification of Transportation of Supplies by Sea (MAR 2000); 252.217-7028 Over and Above Work (DEC 1991); 252.217-7001 Surge Option (AUG 1995); 252.209-7002 Disclosure Of Ownership Or Control By A Foreign Government (JUN 2005); 252.201-7000 Contracting Officer?s Representative (DEC 1991);252.209-7001 Disclosure Of Ownership Or Control By The Government Of A Terrorist Country (OCT 2006);252-209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country (DEC 2006); 52.212-1 Addendum-Proposal Submittals: 1) an original and one (1) copy of the proposal to include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. All proposals must be received not later than 2:00 PM Eastern Time, 10 September 2007. Facsimile and E-mail proposals will be accepted. Proposals should be sent to: Strategic Support Contracting Division Attn: Ms. Nora Cherry, Contracting Specialist Email: nora.cherry@usmc.mil Fax: 229-639-8097 PO Drawer 43019 814 Radford Blvd (Fed Ex) Marine Corps Logistics Command Albany, Georgia 31704-3019 31704-1128 (Fed Ex) THE GOVERNMENT INTENDS TO AWARD A CONTRACT WITHOUT DISCUSSIONS. ****Note: Offerors must be registered with Central Contractor Registration (CCR) database at http://www.ccr.gov/ to be considered for an award**** All information pertaining to this acquisition will be made available electronically through the Navy Electronic Commerce Online web link at http://www.neco.navy.mil/ and http://www.fbo.gov. It is and will continue to be all potential offerors responsibility to monitor the websites for any amendments, updates, responses to questions and answers as the government will not be maintaining a mailing list. Any and all questions in regards to this announcement shall be directed to Ms. Nora Cherry at 229-639-8114 or email at nora.cherry@usmc.mil or Ms. Caretha Brown-Griffin at 229-639-8562 or email at caretha.browngriffin@usmc.mil. 52.212-2 Addendum-Evaluation Factors: The evaluation factors for award are technical capability to meet the requirements of the RFP, price and past performance, with technical capability and past performance of equal importance, and each individually more important than price. Past Performance factor: The offeror shall submit, as part of its proposal, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or internet) of contact for each contract listed. The offeror should not describe past performance history in the proposal. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the offe ror. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Offerors lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous offer to the Government and thus, may be an unsuccessful offer when compared to the responses of other offerors. The offeror should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the offerors past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFP. The G overnment will give greater consideration to the contracts that the Go vernment determines are most relevant to the RFP. PAST PERFORMANCE AND EXPERIENCE QUESTIONNAIRE Offeror shall submit the past performance questionnaire below to references of comparable services required of this solicitation. Offeror shall instruct its references to send past performance questionnaire responses either by mail directly to: Marine Corps Logistics Command, Contracts Department, ATTN: Ms. Nora Cherry, P.O. Drawer 43019, Albany, Georgia 31704-3019 or by fax directly to (229-639-8097) ATTN: Nora Cherry. Past performance questionnaires are allowed prior to submitting other parts of the proposal, however, so as to arrive as soon as possible to the Contracting Office, but not later than the date and time stated on this announcement for receipt of proposals. PAST PERFORMANCE AND EXPERIENCE QUESTIONNAIRE Offeror shall complete items 1 through 7 and provide to the agency/company for completion. The Evaluator shall return completed questionnaire in hardcopy or by electronic mail to the below address/fax so as to arrive as soon as possible to the Contracting Office, but not later than the 10 September for receipt of proposals. 1. Offeror Name, Title and Address and Phone Number: ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 2. Customer or agency name (Company who received services): Name_______________________________________________________ Title________________________________________________________ Address____________________________________________________ Phone number (s) ____________________________________________ 5. Place (s) of Performance:____________________________________________ 6. Contract Number (s):______________________________________________ 7. Contract Value(s):_________________________________________________ 8. Contract Performance Period:_______________________________________ 9. Type of Contract(s):________________________________________________ PAST/PERFORMANCE AND EXPERIENCE QUESTIONNAIRE RATINGS (to be completed by Reference identified in item 2 above): Excellent: Contractor?s performance clearly exceeds all contractual requirements. Good: Contractor?s performance exceeds some contractual requirements while meeting other contractual requirements. Satisfactory: Contractor?s performance meets all contractual requirements, but does not exceed. Marginal: Contractor?s performance meets some of the contractual requirements and does not meet other contractual requirements. Unsatisfactory: Contractor?s performance does not meet any contractual requirements. 1. How do you rate the offeror?s capability, efficiency and effectiveness in the repair services provided your organization? Excellent Good Satisfactory Marginal Unsatisfactory REMARKS: _____________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ____________________________________________________________ 2. How well did offeror?s performance conform to the terms and conditions of the contract? Excellent Good Satisfactory Marginal Unsatisfactory REMARKS: PAST/PERFORMANCE AND EXPERIENCE QUESTIONNAIRE _________________________________________________________________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ____________________________________________________________ 3. How well did offeror cooperate during performance? Excellent Good Satisfactory Marginal Unsatisfactory REMARKS: _____________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ____________________________________________________________ 4. How well was the offeror committed to customer satisfaction? Excellent Good Satisfactory Marginal Unsatisfactory REMARKS: _____________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ____________________________________________________________ 5. Was the offeror?s performance devoid of complaints, and/or investigations? PAST/PERFORMANCE AND EXPERIENCE QUESTIONNAIRE Yes, Explain: No
- Record
- SN01389707-W 20070831/070829222440 (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 |