Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2009 FBO #2750
SOLICITATION NOTICE

J -- PREVENTITIVE MAINTENANCE ON GOVERNMENT OWNED RAYMOND TURRET TRUCKS - WAGE DETERMINATION

Notice Date
6/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Distribution Center, 2001 Mission Drive, DDC CSS-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-09-Q-0038
 
Archive Date
7/31/2009
 
Point of Contact
Julie A Metzger, Phone: 717 770-6243
 
E-Mail Address
julie.metzger@dla.mil
(julie.metzger@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
WAGE DETERMINATION The Defense Distribution Depot Tobyhanna, PA (DDTP) has a requirement to provide on-site monthly preventive maintenance and repair of five (5) Government owned Raymond turret trucks. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) 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 issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-09-Q-0038. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-32 effective 14 May 2009 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20090115 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-14. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is unrestricted. The associated North American Industry Classification System (NAICS) code is 811310 and the associated size standard is $6.5 million. The period of performance will be for a base year and one (1) option year. SCHEDULE OF SUPPLIES/SERVICES BASE YEAR - July 1, 2009 through June 30, 2010 CLIN 0001 – Contractor shall provide all labor, materials, equipment and supervision necessary to perform monthly on-site preventive maintenance and miscellaneous repairs on five (5) Government owned Raymond Turret Trucks. The contractor MUST be certified in the repair of Raymond equipment, and able to obtain the software and parts needed to repair the equipment. The monthly maintenance shall include all items indicated in the service manual to include general machine cleaning, replacement or worn parts as required and all repairs due to normal use and ware. The Government will provide a ceiling price for miscellaneous parts not covered by the monthly maintenance. Maintenance shall be performed on-site. All repairs not covered under the monthly maintenance shall be approved by the Government Point of Contact (POC) prior to repair. Service shall be provided Monday through Friday (except Federal Holidays), between the hours of 8:00 AM – 3:30 PM within eight (8) hours after contact by the Government POC. EQUIPMENT LIST: 4 Raymond Turret Trucks model 537CSR Serial Numbers: 537-95-01528, 537-95-01529, 537-95-01530, and 537-95-01531 Monthly Preventative Maintenance Charge per unit $_______________ 1 Raymond Turret Truck model 3M0214 Serial Number: SA-98-00296 Monthly Preventative Maintenance charge per unit $_______________ Hourly Labor Rate for Miscellaneous Repairs $_______________ All labor and repair parts not covered under the preventive maintenance will have a estimated ceiling price of $5,000.00. OPTION YEAR 1 – July 1, 2010 through June 30, 2011 CLIN 1001 – Contractor shall provide all labor, materials, equipment and supervision necessary to perform monthly on-site preventive maintenance and miscellaneous repairs on five (5) Government owned Raymond Turret Trucks. The contractor MUST be certified in the repair of Raymond equipment, and able to obtain the software and parts needed to repair the equipment. The monthly maintenance shall include all items indicated in the service manual to include general machine cleaning, replacement or worn parts as required and all repairs due to normal use and ware. The Government will provide a ceiling price for miscellaneous parts not covered by the monthly maintenance. Maintenance shall be performed on-site. All repairs not covered under the monthly maintenance shall be approved by the Government Point of Contact (POC) prior to repair. Service shall be provided Monday through Friday (except Federal Holidays), between the hours of 8:00 AM – 3:30 PM within eight (8) hours after contact by the Government POC. EQUIPMENT LIST: 4 Raymond Turret Trucks model 537CSR Serial Numbers: 537-95-01528, 537-95-01529, 537-95-01530, and 537-95-01531 Monthly Preventative Maintenance Charge per unit $_______________ 1 Raymond Turret Truck model 3M0214 Serial Number: SA-98-00296 Monthly Preventative Maintenance charge per unit $_______________ Hourly Labor Rate for Miscellaneous Repairs $_______________ All labor and repair parts not covered under the preventive maintenance will have a estimated ceiling price of $5,000.00. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Payment for supplies and/or services under this order will be made by the Acquisition Operations Office via the Government Purchase Card (VISA). NOTE: Since all payments under this purchase order will be made via the Government Purchase Card, the Contractor must accept the VISA Credit Card for payment of all supplies ordered under this purchase order. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. FAR 52.215-5 Facsimile Proposals FAR 52.216-1 Type of Contract The Government contemplates award of a firm-fixed price contract with a line item for time and materials. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) 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) (JUN 2001) (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) 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. The contractor’s technical quotation shall include information that clearly indicates that the contractor is certified in the repair of Raymond equipment, and able to obtain the software and parts needed to repair the equipment. 2. Contractor’s past performance shall include a list of contracts, preferably three, commercial or government that has been performed within the last five (5) years. This list shall include company name, project title, contract number, brief description of the contractual effort, period of performance, contract dollar amount, current points of contract (include name, address, and phone number), and a list of any significant problems encountered for the contracts reported. Include a brief description of how these problems were handled and remedied. 3. 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) Unit Price and extended prices for all CLINS (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code. (5) Technical information (as stated below under FAR 13-106-2) (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 4. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract using the lowest price technically acceptable source selection process. Quotations shall be evaluated only and shall not be rated. Award will be based on the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the non-cost factors. The following two (2) non-cost factors shall be used to evaluate proposals: Factor 1 – Technical capability and Factor 2 – Past Performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Factor 1 shall be evaluated on a go/no go basis. If a proposal has been determined acceptable (go) on Factor 1, then Factor 2 will be evaluated to determine if the offeror’s past performance history is satisfactory. An offeror who has submitted a technically acceptable proposal and who has been found to have a satisfactory past performance history will then that its proposal evaluated for the lowest price. Factor 1 - Technical capability - The minimum criteria for acceptably for this factor shall be the submission on information that clearly indicates that the contractor is certified in the repair of Raymond equipment, and able to obtain the software and parts needed to repair the equipment. Factor 2 - Past Performance - By past performance the Government means the offeror’s record of conforming to the solicitation specifications and to standards of good workmanship; the offeror’s adherence to contract schedules, including the administrative aspects of performance; the offeror’s reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror’s business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable proposal will be given an opportunity to address any unfavorable reports of past performance. In evaluating an offeror’s past performance record, the Government will consider information in the offeror’s proposal and any information which may be obtained from other sources, including (as applicable) past and present customers and their employees; state and local agencies; other DoD components; other Federal Agencies; consumer protection organizations and better business bureaus; other public agencies; private firms and former subcontractors; and others who may have useful information. The information provided should reflect similar contracts for the same or similar type products (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3 Offeror Representations and Certifications – Commercial Items DFARS 252.212-7000 Offeror Representations and Certifications – Commercial Items FAR 52.212-4 Contract Terms and Conditions–Commercial Items. Addenda to 52.212-4; the following clauses apply: Alt 1 (Feb 2007) applies with the following fill ins: Paragraph (i)(1)(ii)(D)(1) Other direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: [Insert each element of other direct cists (e.g., travel, computer usage charges, etc. Insert “None” if no reimbursement for other direct costs will be provided. If this is an indefinite delivery contract, the Contracting Officer may insert “Each order must list separately the elements of other direct charge(s) for that order or, if no reimbursement for other direct costs will be provided, insert ‘None’.”] _______________NONE____________________. Paragraph (i)(1)(ii)(D)(1) Indirect Costs (Material handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price: [Insert a fixed amount for the indirect costs and payment schedule. Insert “$0” if no fixed price reimbursement for indirect costs will be provided. (If this is an indefinite delivery contract, the Contracting Officer may insert “Each order must list separately the fixed amount for the indirect costs and payment schedule or, if no reimbursement for indirect costs, insert ‘None’.”]___________NONE____________. FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (in paragraph (b) the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.219-28 Post Award Small Business Program Rerepresentation 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Elibible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-36 Payment by Third Party FAR 52.222-41 Service Contract Act FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage - Fringe Benefits Heavy Equipment Mechanic – WG10$20.34 Automotive Electrician – WG09$19.56 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. Wage Determination No. 2005-2453, Revision No. 7, dated 05/26/2009 is applicable to this solicitation. Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7591 or e-mail to Julie.Metzger@dla.mil. All quotes must be received by JUNE 18, 2009 AT 3:30 PM EST to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-09-Q-0038/listing.html)
 
Place of Performance
Address: Defense Distribution Depot Tobyhanna, Warehouse 2, Tobyhanna, Pennsylvania, 18466-5059, United States
Zip Code: 18466-5059
 
Record
SN01837479-W 20090607/090605235327-45aa8f9cfcc7894c1601e644b3522469 (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.