SOLICITATION NOTICE
46 -- WATER FILTER REPLACEMENT - Statement of Work
- Notice Date
- 1/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333319
— Other Commercial and Service Industry 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
- SP3300-10-Q-0023
- Point of Contact
- Laura A. Dodson, Phone: 7177705516
- E-Mail Address
-
laura.dodson@dla.mil
(laura.dodson@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for replacement of water filters at Defense Distribution Center Red River Texas, Texarkana, TX. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) 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 solicitation number is SP3300-10-Q-0023. This solicitation is issued as a small business set-aside. The associated NAICS code is 333319 with a small business size standard of 500 employees. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-38 effective 11 Jan 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20091229 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2009-57 & (44). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. Defense Distribution Depot Red River Texas (DDRT), Texarkana, TX has a requirement to provide all labor and materials, tools, equipment, transportation, and supervision to perform scheduled water filter replacements three (3) times a year on 40 water fountains at 20 building in accordance with the statement of work (SOW). Period of Performance for base year will be 16 February 2010 to 15 February 2011 with two (2) option years. CLIN 0001 – CONTRACTOR SHALL PROVIDE ALL LABOR, MATERIAL, TOOLS, EQUIPMENT, TRANSPORTATION, AND SUPERVISION TO PERFORM SCHEDULED WATER FILTER REPLACEMENTS THREE (3) TIMES A YEAR ON 40 FOUNTAINS AT 20 BUILDINGS IN ACCORDANCW WITH THE ATTACHED SOW. The contractor is requested to provide a firm fixed price quote for the Base year and Two (2) Option Years, with estimated period of performance as follows: CLIN 0001 - Base Year: February 16, 2010 through February 15, 2011 $_________________ per scheduled change x 3 times year = $_____________________ CLIN 1001 - Option Year One – February 16, 2011 through February 15, 2012 $_________________ per scheduled change x 3 times year = $_____________________ CLIN 2001 - Option Year Two – February 16, 2012 through February 15, 2013 $_________________ per scheduled change x 3 times year = $_____________________ Invoices shall be provided to the government after each filter change (three times a year). Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. The method of payment for supplies under this order is by the Acquisition Operations Office via the Government Purchase Card (VISA). The following FAR, DFARS, and DLAD clauses and provisions apply to this acquisition. The full text version of these clauses and provisions may be viewed at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (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. 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. 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 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 52.212-2 Evaluation – Commercial Items (JAN 1999) – Quotes will be evaluated in accordance with FAR 13.106. The Government will award a contract resulting from this solicitation to a responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Award decision will be based on a trade-off between past performance and price. Past performance will consider the quality and delivery of the services provided by the offeror. Past performance is the sole non-cost evaluation factor. Award may not necessarily be made to the lowest priced offer. Offerors shall provide with their offer three examples of similar services performed within the past three years. Examples shall include name of customer (government or commercial); item provided; total price; date provided; and customer point of contact with a telephone number and email address. FAR 52.212-4Contract Terms and Conditions–Commercial Items (MAR 2009), Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination (NOV 1991) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders–Commercial Items (DEC 2009) in paragraph (b) the following clauses apply: FAR 52.219-6Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-28Post Award Small Business Program Representation (MAR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19Child Labor–Cooperation with Authorities and Remedies (FEB 2008) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.225-13Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-36Payment by Third Party (MAY 1999) FAR 52.247-64Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (JUL 2009) The following additional clauses/provisions apply: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (JAN 2009) DFARS 252.225-7036 Buy American Act–Free Trade Agreement–Balance of Payments Program ALT I (JUL 2009) DFARS 252.243-7002 Request for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2002) DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) 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) All questions and inquiries should be addressed via email to laura.dodson@dla.mil, Request for Quote Number SP3300-09-Q-0109. Pricing and representations/certifications are required NLT 3:00 PM EDT ON JANAUARY 25, 2010. This information should be submitted to above email address or faxed to 717-770-7591. Contractors must be capable of accepting payment by government credit card for this procurement. ALL SOURCES MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION DATABASE, http://www.ccr.gov/, or an award cannot be processed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-10-Q-0023/listing.html)
- Record
- SN02043759-W 20100117/100115235724-de5a2dacef940fe5021ac38bf6efe9e0 (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 |