SOLICITATION NOTICE
54 -- Pallet Racking, DLA Disposition Services Pendleton, CA - SOW/Sketch
- Notice Date
- 8/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
- ZIP Code
- 49037-3092
- Solicitation Number
- SP4510-13-Q-1006
- Archive Date
- 9/14/2013
- Point of Contact
- Nicholas M. Moore, Phone: 2699615399, Joseph A. Bednar, Phone: 2699617546
- E-Mail Address
-
Nicholas.Moore@dla.mil, joe.bednar@dla.mil
(Nicholas.Moore@dla.mil, joe.bednar@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sketch and Pictures SOW 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 constitues the only solicitation; quotes are being requested and a written solicitation will not be issued. The details of this procurement are located below and in the attached Statement of Work (SOW). The solicitation number for this requirement is SP4510-13-Q-1006 and will be issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. This procurement is being set aside 100% for small business concerns under NAICS 332999, which has a size standard of 750 employees. The "non-manufacturer rule" applies for this procurement, and is detailed in FAR 19.102(f)(1)-(7). Note, that any non-manufacturer offeror shall comply with the size standard of 500 employees as detailed in FAR 19.102(f). A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement. The Government will award a contract resulting from this solicitation to the offeror that has the lowest price and that is technically acceptable. C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that it has completed the annual representations and certifications on SAM.gov or submit a copy of the provision at FAR 52.212-3 with its offer. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. The additional FAR clauses which are cited in FAR 52.212-5 are listed here: 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996); 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (Aug 2012); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended or Proposed for Debarment (Dec 2010); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.225-1, Buy American Act - Supplies (Feb 2009); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2012): 252.203-7000, Requirements Relating to Compensation of Former DoD officials (Sep 2011); 252.227-7015, Technical Data - Commercial Items (Dec 2011); 252.227-7037, Validation of Restrictive Markings on Technical Data (Jun 2012); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); Additional FAR clauses Incorporated by reference: 52.237-1, Site Visit (Apr 1984); 52.247-34, F.O.B. Destination (Nov 1991); Additional DFARS clause Incorporated by full text: 252.232-7006, Wide Area WorkFlow Payment Instructions (MAY 2013); (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not Applicable (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC SL4701 Issue By DoDAAC SP4510 Admin DoDAAC SP4510 Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) SB4200 Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Jon.Trolla@dla.mil (Contracting Officer: Insert applicable email addresses or "Not applicable.") (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. (g) WAWF point of contact. Karen.Lewis@dla.mil (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Additional DLAD clause incorporated by full text: 52.237-9003, Site Visit Coordinator (Apr 2008) As prescribed in DLAD 37.110-90(a), insert the following provision: SITE VISIT COORDINATOR (APR 2008) (a) Interested prospective offerors may make an appointment to visit the site of installation by contacting the site visit coordinator or his or her alternate, during normal work hours/local time at the site. Contact information for the site visit coordinator and his or her alternate is as follows: Primary Site Visit Coordinator: Mr. Scott (Jeff) Tappan, (760) 763-7639, Scott.Tappan@dla.mil Alternate Site Visit Coordinator: Mr. Jon Trolla, (269) 961-5351, Jon.Trolla@dla.mil (b) Prospective offerors are notified that remarks or explanations provided during a site visit shall not qualify the terms of this solicitation. Unless and until this solicitation is amended in writing, terms of the solicitation and specifications remain unchanged. (c) Site visitors requiring interpretation or clarification of technical or contractual requirements included in this solicitation are encouraged to submit their questions and any information obtained during the site visit to the Contracting Officer, by contacting the individual identified on the face of this solicitation. (End of Provision) Clause Note: Other clauses not listed above may be included in any award resulting from this solicitation. This discrepancy is a result of the programming of our contract writing system. To alleviate this issue, a bilateral award will be made from this solicitation. INSTRUCTIONS TO OFFERORS: Submit quotes by email (preferred) to: Nicholas.Moore@dla.mil no later than August 30th, 2013 at 4:30 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-reciept of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Quotes may be mailed to: DLA Disposition Services ATTN: Nicholas Moore (J72) 74 N. Washington Ave. Battle Creek, MI 49037 A bid schedule table is located in the beginning of the Statement of Work (SOW) and shall be completed with all quote submissions. Award will be made to the offeror who is deemed technically acceptable and has the lowest price. A pass/fail technical review will be completed to assess the technical acceptability of the offers. Determination of technical acceptability will be based off the critical requirements outlined in Section 4.0 of the SOW. Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) shall be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than August 26th, 2013. In the event questions are received, a solicitation amendment will be posted before the quote submission deadline.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-13-Q-1006/listing.html)
- Place of Performance
- Address: DLA Disposition Services, Bldg. 2241, Marine Corp Base, Camp Pendleton, California, 92055, United States
- Zip Code: 92055
- Zip Code: 92055
- Record
- SN03148919-W 20130816/130814235541-7ea4bef93bb6862bd6d1ffac07984a5d (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 |