Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2009 FBO #2805
MODIFICATION

49 -- Automatic Battery Washing System Replacement - Amendment 4

Notice Date
7/30/2009
 
Notice Type
Modification/Amendment
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
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
SP310009Q0062
 
Archive Date
12/31/2009
 
Point of Contact
Alan M Noble, Phone: 717-770-4192
 
E-Mail Address
Alan.Noble@dla.mil
(Alan.Noble@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1: Statement of Work DDRT - Battery Washing System Replacement revised July 30, 2009. SP310009Q0062 Amendment 0004 to extend soliciation close date, revise Statement of Work, and to answer a contractor submitted question Amendment 0004 issued to revise soliciation close date, revise Statement of Work, and to answer a contractor submitted question. 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. The solicitation number SP310009Q0062 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30, Defense Federal Acquisition Regulation Supplement (DFARS) Change Notice 20090115, and the Defense Logistics Agency Directive (DLAD) current to Revision 5 and Procltr 2009-08. 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 100% set-aside for small business concerns. The NAICS code applicable to this acquisition is 333924 with a small business size standard of 750 employees. CLIN 0001 1 Each Self-Contained Automatic Battery Washing Filtration System $___________ The Defense Distribution Depot Red River, TX 75507 has a requirement for one (1) self-contained automatic battery washing filtration system. The contractor shall provide all labor, material, and equipment to include delivery, installation and training in accordance with the attached Statement of Work DDRT – Battery Washing System Replacement dated March 5, 2009. Delivery, installation, and training shall be completed within six (6) weeks of contract award. Final acceptance will be performed by DDRT-XS. Any award resulting from this solicitation will be issued on a Standard Form 1449. Payment will be made through Defense Finance and Accounting Services. Invoices are to be sent to the Defense Distribution Center, New Cumberland, PA. FAR Provision 52.212-1 Instructions to Offerors -- Commercial Items applies to this solicitation. Addendum to 52.212-1 DFARS 252.225-7031 Secondary Arab Boycott of Israel DFARS 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) Database. Information on registering may be obtained through the internet web page http://www.ccr.gov/ or by calling 1-888-227-2423. All responsible business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined responsible in accordance with FAR 9.104. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the contracting officer, 2) with the Government Accountability 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 process 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 (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. 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) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3- Offeror Representations and Certifications – Commercial (Alternate I) 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. 3. The contractor shall provide literature such as illustrations, drawings, or other documentation that demonstrates that quoted products meet the Government’s minimum physical, functional, and performance characteristics. This information will be used to determine technical capability. 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 to the responsible, lowest priced technically acceptable offeror. Clause FAR 52.212-4 Contract Terms and Conditions -- Commercial Items applies to this solicitation. Clause FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial – Items to Include: FAR 52.219-6 Notice of Total Small Business Set-aside 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 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items to include: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7036 Buy American Act – Free Trade Agreements – Balance of Payments Program Alternate I DFARS 252.247-7023 Transportation Of Supplies by See Alternate III Additional Clauses FAR 52.252-2 Clauses Incorporated by Reference FAR 52.204-7 Central Contractor Registration FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.225-18 Place of Manufacture DFARS 252.204-7004 Central Contractor Registration, Alternate A DFARS 252.232-7010 Levies on Contract Payments DLAD 52.204-9002 SOLICITATION PROVISIONS AND CONTRACT CLAUSES STATEMENT (Jun 2008) Full text of all DLAD clauses listed within this individual solicitation are contained in the Part 52 – Solicitation Provisions and Contract Clauses, current version found at http://www.dla.mil/j-3/j-336/icps.htm and scroll down to clause central. Also, the full text of FAR/DFARS clauses incorporated by reference may be accessed. (End of Clause) DLAD 52.204-9003 VENDOR SECURITY REQUIREMENTS (JUN 2008) (a) Work to be performed under this contract/task order may, in full or in part, be performed at the Defense Logistics Agency (DLA) HQ or other field activity office(s), i.e., physical access to a Federally-controlled facility. DLA and its field activity offices require all contractor personnel working on the Federally-controlled facility to have a favorably adjudicated National Agency Check (NAC) prior to beginning work on a contract. Additionally, in accordance with Department of Defense (DoD) 5200.2-R, DoD Personnel Security Programs, and Defense Logistics Agency Regulation (DLAR) 5200.11, DLA Personnel Security Program, all DoD consultants and contractor personnel who have access to Federally-controlled information systems must be assigned to positions which are designated at one of three sensitivity levels, IT-I, IT-II, or IT-III. These designations equate to Critical Sensitive, Non-Critical Sensitive, and Non-sensitive, all of which require performance of a NAC. (Note: Non-Critical Sensitive -IT 2 now requires a National Agency Check with Law and Credit (NACLC) and Critical Sensitive - IT1 require Single Scope Background Investigation (SSBI)) (b) At the option of the Government, previously completed security investigations may be accepted in lieu of new investigations if determined to be essentially equivalent in scope to the required NAC. The length of time elapsed since the previous investigation will also be considered in determining whether a new investigation is warranted. In order to assist the Government in making this determination, the contractor must provide the following information to the contracting officer immediately upon receipt of the contract. This information must be provided for each contractor employee who will perform work on a Federally-controlled facility and/or will require access to Federally-controlled information systems: (1) Full name, with middle initial (2) Social Security Number (3) Citizenship status (4) Date of Birth (5) Place of Birth (6) Proof of the individual’s favorably adjudicated background investigation or NAC, consisting of identification of the type of investigation performed, date of the favorable adjudication, and name of the agency that performed the investigation. (7) Company name and address (8) Company phone and fax numbers (9) Company email address (10) Location of on-site workstation or phone number if off-site (if known prior to award) (11) Delivery order or contract number and expiration date (12) Name of contracting officer (c) The Government will notify the contractor as soon as a determination is made regarding acceptance of the previous investigation. If a new investigation is deemed necessary, the contractor will be notified of such by the contracting officer or contracting officer’s representative (CO/COR). It is the contractor’s responsibility to ensure that adequate information is provided and that each contractor employee completes the appropriate paperwork in order to begin the investigation process. The contractor shall submit each request for investigation, through the CO/COR, to the DLA site Security Office. Requests shall include: (1) Electronic Personnel Security Questionnaire (EPSQ) (SF 85P, Questionnaire for Public Trust Positions). This form, as well as instructions for completion, is available at www.dss.mil.) (2) Fingerprint Card, (DD Form 258); the DLA site Security Office will perform all fingerprinting. (3) Proof of Citizenship (birth certificate or passport are acceptable, and must be the original or a certified copy.) (4) Appropriate documentation from the Immigration and Naturalization Service if the applicant is a foreign national. Required documentation, set forth above, must be provided to the DLA site Security Office at the time of fingerprinting. (d) Upon completion of the NAC, results will be forwarded to DLA HQ Command Security, Personnel Security Division (DSS-SC) for review and determination regarding the applicant’s suitability to occupy the specified position in performance of the DLA contract. Contractor personnel shall not commence work on this effort until the NAC has been favorably adjudicated. Results of investigations now go to DISCO, not DES-SC. (e) A waiver to allow assignment of an individual to commence work prior to completion of the NAC investigation may be granted in emergency situations when it is determined that a delay would be harmful to national security. A request for waiver will be considered only after the Government is in receipt of the individual’s completed forms. The DLA site Security Office and the contracting officer reserve the right to determine whether a waiver request will be forwarded for processing. The individual requesting the waiver may not be assigned to a position, e.g., physically work at the Federally-controlled facility and/or be granted access to Federally-controlled information systems, until the waiver has been granted. (f) The requirements of this clause apply to the prime contractor and any subcontractors the prime contractor may employ during the course of this contract, as well as any temporary employees that may be hired by the contractor. The Government retains the right to request removal of contractor personnel, regardless of prior clearance or adjudication status whose actions, while assigned to this contract, are deemed to conflict with the interests of the Government. The reason for removal shall be fully documented in writing by the contracting officer. When and if such removal occurs, the contractor shall assign qualified personnel, with the required NAC, to any vacancy thus created. (g) All contractor personnel who are granted access to Government Federally-controlled information systems shall observe all local automated information system (AIS) security policies and procedures as provided by the DLA site Information Systems Security Officer. Violations of local AIS security policy, such as password sharing, performing personal work, file access violations, or browsing files outside the scope of the contract, will result in removal of the employee from Government property and referral to the contractor for appropriate disciplinary action. Actions taken by the contractor in response to a violation will be evaluated and will be reflected in the contractor’s performance assessment for use in making future source selection decisions. In addition, based on the nature and extent of any violations of AIS security policy, the Government will consider whether it needs to pursue any other actions under the contract such as a possible termination. (h) The contractor is required to obtain a Common Access Card in accordance with procedures established at the DLA HQ or field activity office. (i) When a contractor employee is removed from the contract, the contractor shall provide an appropriately trained substitute who has met the NAC requirements of this clause. The substitute may not begin work on the contract without written documentation, signed by the contracting officer, stating that the new employee has met one of the criteria set forth in paragraphs (b), (c), or (e) of this clause, i.e., acceptance of a previously completed security investigation, satisfactory completion of a new investigation, or a waiver allowing work to begin pending completion of an investigation. Individuals removed from this contract as a result of a violation of local AIS security policy are removed for the duration of the contract. (j) The contractor shall notify the contracting officer in writing, within 12 hours, when an employee working on this contract resigns, is reassigned, terminated or no longer requires admittance to the Federally-controlled facility or access to Federally-controlled information systems. (k) These vendor security requirements do not excuse the contractor from meeting the delivery schedule set forth in the contract, or waive the delivery schedule in any way. Contractor shall meet the required delivery schedule unless the contracting officer grants a waiver or extension. (End of Clause) DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) – (Feb 2007) (a) THIS CLAUSE ONLY APPLIES WHEN WOOD PACKAGING MATERIAL (WPM) WILL BE USED TO MAKE SHIPMENTS UNDER THIS CONTRACT. AND/OR WHEN WPM IS BEING ACQUIRED UNDER THIS CONTRACT.” (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, “Guidelines for Regulating Wood Packaging Materials in International Trade.” DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government." (End of clause) DDC 52.223-9W07 ILLEGAL ITEMS NOT AUTHORIZED ON FEDERAL INSTALLATION (FEB 2007) 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. (End of Clause) DDC 52.232-9W10 INSTRUCTION FOR PAYMENT BY DFAS (JUN 2007) This contract/order will be paid by DFAS. Invoices for supply contracts shall be submitted at time goods are shipped. Invoices for service contracts shall be submitted in accordance with instructions provided in the contract/order. At a minimum, each invoice shall include the following information: - Contractor name, address, and CAGE code - Invoice date and invoice number - Contract number/order number - Contract Line Item Numbers (CLINs) with corresponding BOSS document numbers - CLIN description, quantity, unit of measure, unit price and extended total prices - Additional information required by the Prompt Payment Act at FAR 52.232-25 Unless indicated elsewhere in this contract/order, invoices shall be faxed or emailed to the contract specialist identified on page 1 of this document in the block titled "Administered by". In accordance with the Prompt Payment Act (FAR 52.232-25), payment will normally be made within thirty (30) days after receipt of proper invoice or acceptance of supplies/services, whichever is later. All inquiries regarding payments shall be directed to: DFAS - ATTN: DFAS-CVDAAD/CO P.O. Box 369016 Columbus, OH 43236-9016 email: DFAS-CO_LC@dfas.mil Phone: 800-756-4571 - select option 2 and then option 2. Check payment status on the web at www.dod.mil/dfas under "Money Matters." (End of Clause) DDC 52.237-9W21 MANAGEMENT OF CONTRACTOR EMPLOYEES (MAR 2007) 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 Performance Work Statement/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. (End of Clause) DDC 52.247-9W08 MARK CONTRACT NUMBER ON ALL CORRESPONDENCE (FEB2007) 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. (End of Clause) All responsible business concerns may submit a quotation that shall be considered by this agency. In order to be eligible for award, a Contractor must be determined responsible in accordance with FAR 9.104. Quotes along with FAR 52.212-3 Alternate I must be submitted by email or Fax to Alan Noble, DDC-AB, at alan.noble@dla.mil or fax 717-770-7591 on or before 27 March 2009. Failure to submit all of the above requested information may result in the quotation being eliminated from consideration for award. Point Of Contact: Alan Noble, DDC-AB Contract Specialist, Phone 717-770-4192, Fax 717-770-7591, email alan.noble@dla.mil. Place of Performance: Defense Distribution Depot Red River, TX 75507-5000. Specific address will be established at the time of the award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP310009Q0062/listing.html)
 
Place of Performance
Address: Defense Distribution Depot Red River, TX 75507-5000, Texarkana, Texas, 75507, United States
Zip Code: 75507
 
Record
SN01893317-W 20090801/090730235932-071305df097580a05f52cd65cdf0de3e (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.