SOLICITATION NOTICE
J -- Overhead Crane - Load Test and Repair
- Notice Date
- 11/14/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- MICC - Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
- ZIP Code
- 29207-5491
- Solicitation Number
- W9124C-12-T-0002
- Response Due
- 11/25/2011
- Archive Date
- 1/24/2012
- Point of Contact
- Marvinia Adams, 803-751-2593
- E-Mail Address
-
MICC - Fort Jackson
(marvinia.j.adams@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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; proposals are being requested and a written solicitation will not be issued. 1.The solicitation number, W9124C-12-T-0002, is issued as a request for proposal (RFP), seeking contractors that can provide overhead crane test and repair services as listed in this solicitation. 2.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 4 August 2011, as well as relevant local clauses. 3.This solicitation will be total set aside for Small Business concerns. Proposals received from other than total Small Business will not be considered. The associated NAICS code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and size standard is $7M 4.The Contractor shall provide all personnel, plant, labor, materials, equipment, supplies, and non-personal services necessary to load test and repair various overhead cranes in the Directorate of Logistics (DOL) Maintenance Complex IAW the item manufacturers' specifications and standards. The contractor shall perform to the standards of the performance work statement (PWS) and contract. SEE PWS ATTACHMENT 1 5.SF 1449 CONTINUATION OF BLOCK 10 Mission Installation Contracting Command, Installation Contracting Office, Fort Jackson intends to enter into a firm fixed price contract with a commercial, small business firm that can provide services in accordance with the performance work statement for Fort Jackson, SC. This requirement is set aside 100% for small business firms pursuant to NAICS 811310. 6.BASIS FOR AWARD: The award will be made based on the lowest priced technically acceptable proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the three (3) evaluation factors: Technical, Past Performance, and Price. Tradeoffs are not permitted. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The acceptable proposal with the lowest overall price (including option prices) will be deemed the most advantageous to the Government. The Government intends to evaluate proposals and award a contract without discussions: offerors are advised to provide their best terms from a price and technical standpoint as there may not be an opportunity to revise their proposals. 7.DEFINITIONS FOR ACCEPTABLE/UNACCEPTABLE FOR TECHNICAL PROPOSAL: ACCEPTABLE. Proposal clearly meets the minimum requirements of the solicitation. UNACCEPTABLE. Proposal does not clearly meet the minimum requirements of the solicitation. 8.SF 1449 CONTINUATION OF BLOCK 17 Offeror shall complete and submit as part of their proposal the information in attachment - continuation of Block 17 of 1449: SEE ATTACHMENT 2 9.SF 1449 CONTINUATION OF BLOCK 18 - WIDE AREA WORK FLOW In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF). The WAWF website is located at http://wawf.eb.mil. WAWF Customer Support for assistance toll free number is 866-618-5988. 10.SF 1449 CONTINUATION OF BLOCK 19 and 20 Contractor shall complete and submit as part of their proposal the attached Continuation Sheet for blocks 19 and 20 of the 1449: SEE ATTACHMENT 3 11.Please Note the following: Offeror will be required to complete Blocks, 12, 17a, 17b, 30a, 30b, and 30c on page 1 of Standard Form 1449 prior to contract award. 12.Supplies/services will be inspected and accepted at Destination by Government. 13.Date(s) and place(s) of delivery and acceptance and FOB point are tentatively as follows: CLIN(s)DELIVERY DATESHIP TO ADDRESS 0001-000312 DEC 11 TO 11 DEC12Fort Jackson, SC 1001-100312 DEC 11 TO 11 DEC12Fort Jackson, SC 2001-200312 DEC 11 TO 11 DEC12Fort Jackson, SC 14.Contract Clauses incorporated by reference: 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. SEP 2010 52.242-15 Stop-Work Order AUG 1989 52.245-1 Government Property AUG 2010 52.245-1 Alt I Government Property (Aug 2010) Alternate I AUG 2010 52.245-9 Use And Charges AUG 2010 252.201-7000 Contracting Officer's Representative DEC 1991 252.204-7004 Alt A Central Contractor Registration Alternate A SEP 2007 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.212-7000 Offeror Representations and Certifications- Commercial Items JUN 2005 252.219-7011 Notification to Delay Performance JUN 1998 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment To The Cost Bearer SEP 2010 15.Contract Clauses incorporated by full text: SEE ATTACHMENT 4 16.Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items: SEE ATTACHMENT 5 17.FAR 52.212-2, Evaluation - Commercial Items: SEE ATTACHMENT 6 18.Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer unless it has been completed and updated at https://orca.bpn.gov/. SEE ATTACHMENT 7 19.MINIMUM WAGE (SERVICE CONTRACT ACT) The minimum wages to be paid persons employed under this purchase order, or any purchase order resulting from this solicitation, as applicable, are listed in the attached US Department of Labor Wage Determination ( 2005-2475 ) (Rev. (13) dated (06/13/2011 ). 20.WIDE AREA WORK FLOW: In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at http://wawf.eb.mil. WAWF Customer Support for assistance toll free number is 866-618-5988. 21.CCR REQUIREMENT: Company must be registered on Central Contractor Registration (CCR) before an award could be made to them: http://www.ccr.gov. 22.No contract financing arrangements or warranty requirements have been determined by the contracting officer to be necessary for this acquisition. 23.Questions and clarifications: Submit all questions or requests for clarifications in writing (via e-mail) to marvinia.j.adams.civ@mail.mil. All questions must be submitted no later than 4:00 pm, November 18th, 2011 to allow a reasonable time for the Government to respond. All questions submitted after that time and date may not be answered. 24.Offers are due no later than 4:00pm on 25 November 2011. Electronic submissions via fax will not be accepted. Offers shall be emailed. Proposals can be emailed to Marvinia Adams, Contract Specialist, at marvinia.j.adams.civ@mail.mil. Proposals not received by the closing date/time may not be accepted and/or evaluated. 25.Period for acceptance of offers: Minimum acceptance period of 90 calendar days. 26.Attachments: Attachment 1 - PWS Attachment 2 - Continuation of Block 17 of 1449 Attachment 3 - Line Items/Schedule of Supplies or Services Attachment 4 - Contract Clauses Incorporated by Full Text Attachment 5 - Proposal Instructions to Offerors Attachment 6 - Evaluation Factors/Basis for Award Attachment 7 - FAR 52.212-3
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/326598b8fa9629f5ab5314d3d8575643)
- Place of Performance
- Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
- Zip Code: 29207-5491
- Record
- SN02622470-W 20111116/111114234001-326598b8fa9629f5ab5314d3d8575643 (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 |