Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2010 FBO #3318
SOLICITATION NOTICE

W -- RENTAL OF A MOBILE RESTROOM TRAILER AT DLA DISTRIBUTION SUSQUEHANNA, NEW CUMBERLAND, PA - ATTACHMENT

Notice Date
12/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP3300-11-Q-0044
 
Archive Date
2/28/2011
 
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 STATEMENT OF WORK DLA Distribution Depot Susquehanna (DDSP), New Cumberland, PA has a requirement to rent one (1) mobile restroom trailer consisting of five units (2 men stalls, 2 woman stalls and 1 unisex stall). 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 SP3300-11-Q-0044. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-47 effective 13 Dec 2010 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20101216 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-39. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is unrestricted. The NAICS code applicable to this acquisition is 562991 and the size standard is $7.0 million. 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. SCHEDULE OF SUPPLIES/SERVICES BASE YEAR PERIOD OF PERFORMANCE - February 1, 2011 through January 31, 2011 CLIN 0001 - Contractor shall provide all labor, transportation, material, equipment, personnel and supervision necessary to provide the rental of one (1) five (5) unit Wells Cargo Comfort Elite V mobile restroom trailer or equal consisting of 2 men's stall unit, 2 women's stall unit and 1 unisex stall unit to include pumping and sanitizing services complete and in accordance with the attached statement of work (SOW), which includes the minimum requirements/salient characteristics. 12 MONTHS @ $______________ MONTH = $______________ TOTAL OPTION YEAR 1 PERIOD OF PERFORMANCE - February 1, 2012 through January 31, 2013 CLIN 1001 - Contractor shall provide all labor, transportation, material, equipment, personnel and supervision necessary to provide the rental of one (1) five (5) unit Wells Cargo Comfort Elite V mobile restroom trailer or equal consisting of 2 men's stall unit, 2 women's stall unit and 1 unisex stall unit to include pumping and sanitizing services complete and in accordance with the attached statement of work (SOW), which includes the minimum requirements/salient characteristics. 12 MONTHS @ $______________ MONTH = $______________ TOTAL OPTION YEAR 2 PERIOD OF PERFORMANCE - February 1, 2013 through January 31, 2014 CLIN 2001 - Contractor shall provide all labor, transportation, material, equipment, personnel and supervision necessary to provide the rental of one (1) five (5) unit Wells Cargo Comfort Elite V mobile restroom trailer or equal consisting of 2 men's stall unit, 2 women's stall unit and 1 unisex stall unit to include pumping and sanitizing services complete and in accordance with the attached statement of work (SOW), which includes the minimum requirements/salient characteristics. 12 MONTHS @ $______________ MONTH = $______________ TOTAL Delivery point is FOB DESTINATION to DLS Distribution Susquehanna, 2001 Mission Drive, Bldg. 80 New Cumberland, PA 17070. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. PREFERRED METHOD OF PAYMENT IS GOVERNMENT CREDIT CARD: DO YOU ACCEPT A CREDIT CARD? YES_____ NO _____ 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. FAR 52.215-5 Facsimile Proposals FAR 52.223-1 Biobased Product Certification FAR 52.237-1 Site Visit FAR 52.216-1 Type of Contract The Government contemplates award of a firm-fixed price contract. 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) FAR 52.211-6 - BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (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) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Unit Price and extended prices for all CLIN(S) (5) Technical and past performance information (as stated below under FAR 13-106-2) (6) 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 13-106-2 Evaluation of Quotations or Offers - The Government intends to award one contract resulting from this solicitation to the responsible offeror using the lowest price/technically acceptable source selection process. Award will be based on the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the non-cost factors. 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 an offer 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 quotation and who has been found to have a satisfactory past performance history will then have its quotation evaluated for the lowest price. Factor 1 - Technical capability - The minimum criteria for acceptability shall be the submission of descriptive literature that clearly indicates the product being offered.meets the minimum requirements/salient characteristics as stated in the SOW. "Descriptive literature" for this solicitation means catalog cuts, illustrations, drawings, pictures, brochures, or a web address that contains applicable product information. Descriptive literature is required to establish for the purpose of evaluation and award details of the product being offered. This information will be used to determine technical acceptability. Factor 2 - This standard is based upon the offeror's ability to substantiate credible examples of past performance associated with their commercial and/or Government offerings, including delivery, schedule compliance, product quality and overall customer satisfaction. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances; it will not be based upon absolute standards of acceptable performance. The Government will seek to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely service. The minimum criteria for acceptability under this factor shall be information submitted by the offerors' from three (3) sources that clearly indicate they have satisfactorily provided the same or similar product commercially or to the Government within the past three (3) years. This information shall include: a. Contract Number b. Point of Contact c. Telephone number d. Dollar Amount of Contract e. Brief description of product provided The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contacts, government systems, and other government agencies. 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 offeror is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.233-5 Pollution Prevention and Right to Know Information FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 FOB Destination FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) FAR OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years and 6 months. (End of Clause) 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.222-36 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 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 Class Monetary Wage - Fringe Benefits Refuse Collector - WG05 $15.52 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: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.247-7023 Transportation of Supplies by Sea 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. 2005-2455, Revision No. 11, dated 08/10/2010 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 JANUARY 24, 2011 AT 3:30 PM EST to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-Q-0044/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION SUSQUEHANNA, 2001 MISSION DR., NEW CUMBERLAND, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN02350064-W 20101225/101223233703-82ae3619196c8d715d57c3b3714d6e2b (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.