Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOLICITATION NOTICE

U -- TRAINING AND TESTING OF CRANE OPERATOR, RIGGER, AND SIGNAL PERSONNEL FOR 80-TON AMERICAN-CLYDE CRANE - ATTACHMENTS TO RFQ SP3300-12-Q-0075

Notice Date
5/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611519 — Other Technical and Trade Schools
 
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
SP3300-12-Q-0075
 
Point of Contact
DANIEL L HERRING, Phone: 717-770-6030
 
E-Mail Address
daniel.herring@dla.mil
(daniel.herring@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT 2 - WAGE DETERMINATION ATTACHMENT 1 - STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of the Federal Acquisition Regulation (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 solicitation is issued as a Request for Quote (RFQ) and the solicitation number is SP3300-12-Q-0075. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 May 2012 includes 2005-59, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120420 (Effective 20 Apr 2012) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2012-32. 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 100% Set Aside for Small Business; the NAICS code for this procurement is 611519. The size standard for this NAICS code is $7,000,000.00. DLA Distribution Anniston AL has a requirement for a contractor to provide training for crane operators, riggers/ground crew, and signal personnel in the use and operation of an 80 ton American-Clyde rail guided portal crane. This crane is used by the depot to handle heavy-tracked combat vehicles such as the M1 Abrams Tank during maintenance and repair operations. After completion of training, the contractor shall conduct testing of the crane operators to obtain certification that meets applicable OSHA regulations for operation of the 80 ton American-Clyde rail guided portal crane. The training and testing will be conducted at DLA Distribution Anniston and will include both classroom and hands-on training using the 80 ton American-Clyde crane and related equipment. Complete specifications and descriptions of the type of training required, and the number of personnel to be trained are contained in the Statement of Work included as Attachment 1 to this solicitation. Offerors are requested to quote one (1) Firm Fixed Price to provide training and conduct testing as described in the Statement of Work. Training shall be scheduled to begin within fifteen (15) working days after contract award and shall be completed within ten (10) working days after contract award, with crane operator testing to follow immediately thereafter. Contractors must be capable of accepting payment by either electronic funds transfer or government credit card for this procurement. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. 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. SPECIAL NOTE: The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies and services prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Service Contract Act Wage Determination No. 2005-2001 Revision No. 10 dated 06/13/2011 applies to this acquisition, and will be incorporated into the resulting purchase order. A copy of the Wage Determination is included with this solicitation as Attachment 2. The following FAR, DFARS and DLAD clauses and provisions apply to this acquisition: FAR 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, (h) multiple awards, and (i) availability of requirements documents cited in the solicitation. FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision) DLAD 52.233-9000 AGENCY PROTESTS (a) Companies protesting this procurement may file a protest (1) with the contracting officer, (2) with the Government Accountability Office (GAO), or (3) pursuant to Executive Order Number 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. (b) Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order Number 12979." (Note: Defense Logistics Agency (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 (ADR) (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 Federal Acquisition Regulation (FAR) clause 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. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the contracting officer before determining ADR to be inappropriate. (c) The offeror should check here to opt out of this clause [ ] 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 CLIN(S). (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). (6) A copy of the training manual/training materials to be used. (7) Information that clearly indicates that the offeror has a minimum of ten (10) years of experience in the instruction and operation of portal cranes similar to the 80-ton American-Clyde rail guided portal crane at DLA Distribution Anniston. (8) Information that clearly indicates that the offeror has classroom instructors that are accredited by the Department of Labor in accordance with 29 CFR Part 1919. (9) Information that clearly indicates that the offeror has instructors that are certified by the National Commission for the Certification of Crane Operators (NCCCO) to conduct crane operator training and testing. (10) Past performance information from three (3) sources that clearly indicate that offeror has satisfactorily provided training in the operation of the same or similar type and capacity of crane commercially or for the Government within the past three (3) years (refer to FAR 13.106-2 Evaluation of Quotations or Offers below). 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 purchase order as a result of this Request for Quote. Quotes shall be evaluated for acceptability only and shall not be rated. Award will be based on the total overall lowest price quoted which meets or exceeds the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate quotes: Factor 1 - Technical capability of the contractor and contractor instructors to meet the Government's requirement as stated in the Statement of Work and Factor 2 - Past Performance. Factor 1 shall be evaluated on a "go/no go" basis. If a quote has been determined to be a "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 quote and who has been found to have a satisfactory past performance history will then have its quote evaluated for the lowest price. Factor 1 - Technical capability of the contractor and contractor instructors to meet the Government's requirement as stated in the Statement of Work The minimum criteria for acceptability for this factor shall be the submittal of information that clearly indicates that the contractor and the contractors' instructors meet the Governments' requirements as stated in the Statement of Work, as follows: 1) A copy of the training manual/training materials to be used; 2) Contractor shall have a minimum of ten (10) years of experience in the instruction and operation of portal cranes similar to the 80-ton American-Clyde rail guided portal crane at DLA Distribution Anniston; 3) All classroom instructors provided by the contractor shall be accredited by the Department of Labor in accordance with 29 CFR Part 1919; 4) Crane operator training and testing shall be conducted by instructors that are certified by the National Commission for the Certification of Crane Operators (NCCCO). The failure of the information to show that the contractor and the contractors' instructors conform to the requirements of this solicitation may result in rejection of the offer. Factor 2 - Past Performance By past performance, the Government means the offeror's record of conforming to the solicitation specifications and to standards of good workmanship; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for record of reasonable and cooperative behavior and commitment to customer satisfaction; and generally the offeror's business-like concern for the interest of the customer. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely deliveries. Offerors who have submitted a technically acceptable quote will be given an opportunity to address any unfavorable reports of 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 will not be evaluated favorably or unfavorably on past performance. The minimum criteria for acceptability for this factor shall be the submittal by the offerors of past performance information from three (3) sources that clearly indicate they have satisfactorily provided training in the operation of the same or similar type and capacity of crane commercially or for the Government within the past three (3). This information shall include the following: a. Contract Number b. Point of Contact c. Telephone Number d. Dollar Amount of Contract e. Brief description of type of crane for which training was 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. FAR 52.212-4 Contract Terms and Conditions-Commercial Items Addenda to 52.212-4; the following clauses apply and are incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.247-34 F.o.b. - Destination DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.232-7010 Levies on Contract Payments DLAD 52.211-9033 Packaging and Marking Requirements DLAD 52.247-9012 Requirements for treatment of wood packaging material (WPM) DLAD 52.247-9034 Point of Contact for Transportation Instructions Addenda to 52.212-4; the following clause applies and is incorporated in full text: FAR 52.252-2 -- Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-13 Notice of Set-Aside of Orders 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 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions 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 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels In paragraph (c) the following clauses apply: FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires This statement is for Information Only, it is not a Wage Determination Employee Class Monetary Wage-Fringe Benefits Technical Instructor - GS-7 $21.07 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 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.247-7023 Transportation of Supplies by Sea with Alternate III DFARS 252.247-7024 Notification of Transportation of Supplies by Sea Offerors responding to this announcement shall submit their quotations via FAX to Dan Herring, 717-770-5689 or e-mail to daniel.herring@dla.mil. All quotes must be received by June 25, 2012 AT 4:00 PM EDT to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-12-Q-0075/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION, ANNISTON, Alabama, 36201-4199, United States
Zip Code: 36201-4199
 
Record
SN02757313-W 20120526/120524235439-f9432ffa83f4a5cf1a6bfb76399b7284 (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.