Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2011 FBO #3647
SOLICITATION NOTICE

26 -- Tire and Wheel Repair

Notice Date
11/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811198 — All Other Automotive 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-R-0002
 
Response Due
11/30/2011
 
Archive Date
1/29/2012
 
Point of Contact
Kimberly Marsh, 8037511420
 
E-Mail Address
MICC - Fort Jackson
(kimberly.c.marsh@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-R-0002, is issued as a request for proposal (RFP), seeking contractors that can provide tire replacement 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 811198, All Other Automotive 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 provide on-site tire and wheel repair or replacement 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.Ordering Instructions: SEE ATTACHMENT 2 6.SF 1449 CONTINUATION OF BLOCK 10 Mission Installation Contracting Command, Installation Contracting Office, Fort Jackson intends to enter into a time and material 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 811198. 7.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 time and material 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. 8.DEFINITIONS FOR ACCEPTABLE/UNACCEPTABLE FOR TECHNICAL PROPOSAL: ACCEPTABLE. Proposal clearly meets the minimum requirements of the PWS and satisfactorily defines the policies and procedures for effective management and execution of the requirements of the contract to ensure quality, efficiency, and timeliness. UNACCEPTABLE. Proposal does not clearly meet the minimum requirements of the PWS and fails to satisfactorily define the policies and procedures for effective management and execution of the requirements of the contract to ensure quality, efficiency, and timeliness. 9.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 3 10.SF 1449 CONTINUATION OF BLOCK 18 - USE OF VISA GOVERNMENT PURCHASE CARD FOR PAYMENT All payments under this contract will be processed by the Government using a VISA Government Purchase Card (GPC). If applicable to this contract, supplies and/or services will be ordered on an "as needed" basis by issuance of BPA calls, delivery orders or task orders as authorized in this contract using the GPC card. Orders issued using the GPC card may be oral or in writing. The Contractor agrees to establish and maintain the capability to accept GPC card payment throughout the contract period. The Contractor further agrees that failure to maintain this capability will constitute default within the meaning and intent of FAR 52.212-4, paragraph (m), or FAR 52-249-8, Default (Fixed Price supply and Service), or FAR 52.249-12, Default (Fixed Price construction), as applicable, which is part of this contract. 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 4 and Equipment pricing: SEE ATTACHMENT 5 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 000112 DEC 11 TO 11 DEC12Fort Jackson, SC 000212 DEC 11 TO 11 DEC12Fort Jackson, SC 000312 DEC 11 TO 11 DEC12Fort Jackson, SC 100112 DEC 12 TO 11 DEC13Fort Jackson, SC 100212 DEC 12 TO 11 DEC13Fort Jackson, SC 100312 DEC 12 TO 11 DEC13Fort Jackson, SC 200112 DEC 13 TO 11 DEC14Fort Jackson, SC 200212 DEC 13 TO 11 DEC14Fort Jackson, SC 200312 DEC 13 TO 11 DEC14Fort Jackson, SC 14.Contract Clauses incorporated by reference: 52.202-1 Definitions JUL 2004 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.216-31 Time-and-Materials/Labor-Hour Proposal Requirements--Commercial Item Acquisition FEB 2007 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.228-7 Insurance--Liability To Third Persons MAR 1996 52.243-3 Changes--Time-And-Material Or Labor-Hours SEP 2000 52.244-6 Subcontracts for Commercial Items DEC 2010 52.246-6 Inspection--Time-And-Material And Labor-Hour MAY 2001 15.Contract Clauses incorporated by full text: SEE ATTACHMENT 6 16.Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items: SEE ATTACHMENT 7 17.FAR 52.212-2, Evaluation - Commercial Items: SEE ATTACHMENT 8 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 6 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 ( 2005-2476 ) (Rev. (14) dated (06/17/2011 ). 20.CCR REQUIREMENT: Company must be registered on Central Contractor Registration (CCR) before an award could be made to them: http://www.ccr.gov. 21.No contract financing arrangements or warranty requirements have been determined by the contracting officer to be necessary for this acquisition. 22.Questions and clarifications: Submit all questions or requests for clarifications in writing (via e-mail) to Kimberly.c.marsh.civ@mail.mil. All questions must be submitted no later than 11:00 am, November 22nd, 2011 to allow a reasonable time for the Government to respond. All questions submitted after that time and date may not be answered. 23.Offers are due no later than 4:00pm on 30 November 2011. Electronic submissions via fax will not be accepted. Offers shall be emailed. Proposals can be emailed to Kimberly Marsh, Contract Specialist, at Kimberly.c.marsh.civ@mail.mil. Proposals not received by the closing date/time may not be accepted and/or evaluated. 24.Period for acceptance of offers: Minimum acceptance period of 90 calendar days. 25.Attachments: Attachment 1 - PWS Attachment 2 - Ordering Instructions Attachment 3 - Continuation of Block 17 of 1449 Attachment 4 - Line Items/Schedule of Supplies or Services Attachment 5 - Equipment Pricing Attachment 6 - Contract Clauses Incorporated by Full Text Attachment 7 - Proposal Instructions to Offerors Attachment 8 - Evaluation Factors/Basis for Award
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca178292f4801779b5ea98ea64821ea6)
 
Place of Performance
Address: MICC - Fort Jackson Directorate of Contracting, Building 4340, Magruder Street Fort Jackson SC
Zip Code: 29207-5491
 
Record
SN02625432-W 20111119/111117234650-ca178292f4801779b5ea98ea64821ea6 (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.