Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2013 FBO #4289
SOLICITATION NOTICE

J -- JLG Equipment Maintenance - Performance Work Statement - Wage Determination

Notice Date
8/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
FA4497JLGEQPMTMAINTENANCE
 
Archive Date
9/6/2013
 
Point of Contact
Nathan R Filson, Phone: 3026774603, Andre Lopez, Phone: 302-677-5220
 
E-Mail Address
Nathan.Filson@us.af.mil, andre.lopez.1@us.af.mil
(Nathan.Filson@us.af.mil, andre.lopez.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. The solicitation number is FA4497JLGEQPMTMAINTENANCE and this solicitation is being issued as a Request For Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-69 and Defense Acquisition Circular 20130808. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 811310, size standard $7,000,000.00. Note 1: The WD 05-2097 (Rev.-14) applies to this requirement. The Wage Determination, in its entirety, may be found online at www.wdol.gov. Note 2: To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of pricing for the items listed below and documents' showing the contractor is authorized/certified to perform maintenance on the equipment. Technical acceptability will be based on these documents. Note 3: The contractor agrees to hold the prices in its quote firm for at least 30 calendar days from the date specified for receipt of quote, unless another time period is specified. Note 4: The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Note 5: Contractors are hereby notified that an initial quote which is found incomplete may be rejected without affording the contractor an opportunity to satisfy the requirement of this RFQ. Notwithstanding the information included in support of the offeror's technical capability, the contractor must meet all requirements of this Request for Quote. *Delivery will be made to Building 793, Dover AFB, DE 19902-5635.* The Government will award a contract resulting from this solicitation to the responsible contractor that submitted a complete package according to this RFQ and meets the minimum technical requirement at the lowest price. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 30 August 2013 at (1:00 PM) EDT (Eastern Daylight Time) to the contracting office by email in order to be considered for award. If you have any questions, please contact the POC below by 26 August 2012 at (1:00PM) EDT. POC information: Nathan Filson, TSgt, USAF 302-677-5012 Nathan.Filson@us.af.mil ALT POC: Andre Lopez, TSgt, USAF 302-677-5104 Andre.Lopez.1@us.af.mil The contractor shall provide the services listed below. Pricing shall include installation and shipping / FOB Destination: CLIN DESCRIPTION 0001 Service Agreement for Base Year to perform quarterly inspections on JLG 740 AJ Articulated Boom Lift (See attached Performance Work Statement) Period of Performance (POP):1 October 2013 thru 30 September 2014 0002 Service Agreement For Base Year to perform Unscheduled Maintenance on JLG 740 AJ Articulated Boom Lift (See attached Performance Work Statement) POP: 1 October 2013 thru 30 September 2014 0003 Service Agreement for First Option Year to perform quarterly inspections on JLG 740 AJ Articulated Boom Lift (See attached Performance Work Statement) POP: 1 October 2014 thru 30 September 2015 0004 Service Agreement For First Option Year to perform Unscheduled Maintenance on JLG 740 AJ Articulated Boom Lift (See attached Performance Work Statement) POP: 1 October 2014 thru 30 September 2015 0005 Service Agreement for Second Option Year Year to perform quarterly inspections on JLG 740 AJ Articulated Boom Lift (See attached Performance Work Statement) POP: 1 October 2015 thru 30 September 2016 0006 Service Agreement For Second Option Year to perform Unscheduled Maintenance on JLG 740 AJ Articulated Boom Lift (See attached Performance Work Statement) POP: 1 October 2015 thru 30 September 2016 1 Attachment 1: Performance Work Statement Attachment 2: Wage Determination The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. 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, IAW FAR 52.107 or view in the sites mentioned in provision 52.252.-1 and Clause 52.252.2. Provision 52.204-7, Central Contractor Registration Provision 52.212-1, Instructions to Offerors-Commercial Items Provision 52.212-3 Alt 1 - Offeror Representations and Certifications - Commercial Items Provision 52.217-5, Evaluation of Options Provision 52.225-25, Prohibition on Engaging in Sanctioned Activates Relating to Iran-Certification Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provision 252.209-7998, Representation Regarding Conviction of a Felony Criminal REPRESENTATION REGARDING CONVICTION OF A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW (DEVIATION 2012-00007) (DATE 2012) (a) In accordance with section 514 of Division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision) Provision 252.209-7999, Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Clause 52.204-13, Central Contractor Registration Maintenance Clause 52.212-4, Contract Terms and Conditions-Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards Clause 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. Clause 52.219-6, Notice of Total Small Business Set-Aside Clause 52.219-28, Post Award Business Program Representation Clause 52.222-3, Convict Labor Clause 52.222-21, Prohibition of Segregated Facilities Clause 52.222-26, Equal Employment Opportunity Clause 52.222-35, Equal Opportunity for Veterans Clause 52.222-36, Affirmative Action for Workers with Disabilities Clause 52.222-37, Employment Reports on Veteran Clause 52.222-41, Service Contract Act of 1965 Clause 52.222-50, Combating Trafficking in Persons Clause 52.223-18, Contractor Policy to Ban Text Messaging While Driving Clause 52.225-13, Restrictions on Certain Foreign Purchases Clause 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration Clause 52.233-3, Protest After Award Clause 52.233-4, Applicable Law for Breach of Contract Claim Clause 52.217-8, Option to Extend Services 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 because 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 15 Days. Clause 52.217-9, Option to Extend the Term of the Contract 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 15 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 ThreeYears. (End of clause) Clause 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 23380 - Ground Support Equipment Servicer $22.76 + 36.25% Clause 52.223-5, Pollution Prevention and Right-to-Know Information Clause 52.223-10, Waste Reduction Program Clause 52.232-18, Availability of Funds Clause 52.232-39, Unenforceability of Unauthorized Obligations Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any _____. [insert regulation name] (48 CFR _____) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004, Alt A, System for Award Management Clause 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.232-7006 Wide Area WorkFlow Payment Instructions 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). ___________________________________________________________ (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. ____________________________________________________________ (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 Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) 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 sub line 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. ________________________________________________________________ ________________________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. _________________________________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Clause 252.232-7010, Levies on Contract Payments Clause 252.247-7023, Transportation of Supplies by Sea TRANSPORTATION OF SUPPLIES BY SEA (JUN 2013) (a) Definitions. As used in this clause- (1) "Components" means articles, materials, and supplies incorporated directly into end products at any level of manufacture, fabrication, or assembly by the Contractor or any subcontractor. (2) "Department of Defense" (DoD) means the Army, Navy, Air Force, Marine Corps, and defense agencies. (3) "Foreign flag vessel" means any vessel that is not a U.S.-flag vessel. (4) "Ocean transportation" means any transportation aboard a ship, vessel, boat, barge, or ferry through international waters. (5) "Subcontractor" means a supplier, materialman, distributor, or vendor at any level below the prime contractor whose contractual obligation to perform results from, or is conditioned upon, award of the prime contract and who is performing any part of the work or other requirement of the prime contract. (6) "Supplies" means all property, except land and interests in land, that is clearly identifiable for eventual use by or owned by the DoD at the time of transportation by sea. (i) An item is clearly identifiable for eventual use by the DoD if, for example, the contract documentation contains a reference to a DoD contract number or a military destination. (ii) "Supplies" includes (but is not limited to) public works; buildings and facilities; ships; floating equipment and vessels of every character, type, and description, with parts, subassemblies, accessories, and equipment; machine tools; material; equipment; stores of all kinds; end items; construction materials; and components of the foregoing. (7) "U.S.-flag vessel" means a vessel of the United States or belonging to the United States, including any vessel registered or having national status under the laws of the United States. (b)(1) The Contractor shall use U.S.-flag vessels when transporting any supplies by sea under this contract. (2) A subcontractor transporting supplies by sea under this contract shall use U.S.-flag vessels if- (i) This contract is a construction contract; or (ii) The supplies being transported are- (A) Noncommercial items; or (B) Commercial items that- (1) The Contractor is reselling or distributing to the Government without adding value (generally, the Contractor does not add value to items that it subcontracts for f.o.b. destination shipment); (2) Are shipped in direct support of U.S. military contingency operations, exercises, or forces deployed in humanitarian or peacekeeping operations; or (3) Are commissary or exchange cargoes transported outside of the Defense Transportation System in accordance with 10 U.S.C. 2643. (c) The Contractor and its subcontractors may request that the Contracting Officer authorize shipment in foreign-flag vessels, or designate available U.S.-flag vessels, if the Contractor or a subcontractor believes that- (1) U.S.-flag vessels are not available for timely shipment; (2) The freight charges are inordinately excessive or unreasonable; or (3) Freight charges are higher than charges to private persons for transportation of like goods. (d) The Contractor must submit any request for use of other than U.S.-flag vessels in writing to the Contracting Officer at least 45 days prior to the sailing date necessary to meet its delivery schedules. The Contracting Officer will process requests submitted after such date(s) as expeditiously as possible, but the Contracting Officer's failure to grant approvals to meet the shipper's sailing date will not of itself constitute a compensable delay under this or any other clause of this contract. Requests shall contain at a minimum- (1) Type, weight, and cube of cargo; (2) Required shipping date; (3) Special handling and discharge requirements; (4) Loading and discharge points; (5) Name of shipper and consignee; (6) Prime contract number; and (7) A documented description of efforts made to secure U.S.-flag vessels, including points of contact (with names and telephone numbers) with at least two U.S.-flag carriers contacted. Copies of telephone notes, telegraphic and facsimile message or letters will be sufficient for this purpose. (e) The Contractor shall, within 30 days after each shipment covered by this clause, provide the Contracting Officer and the Maritime Administration, Office of Cargo Preference, U.S. Department of Transportation, 400 Seventh Street SW, Washington, DC 20590, one copy of the rated on board vessel operating carrier's ocean bill of lading, which shall contain the following information: (1) Prime contract number; (2) Name of vessel; (3) Vessel flag of registry; (4) Date of loading; (5) Port of loading; (6) Port of final discharge; (7) Description of commodity; (8) Gross weight in pounds and cubic feet if available; (9) Total ocean freight in U.S. dollars; and (10) Name of steamship company. (f) The Contractor shall insert the substance of this clause, including this paragraph (f), in subcontracts that are for a type of supplies described in paragraph (b)(2) of this clause. Clause 5352.201-9101 Ombudsman OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Clause 5352.223-9001, Health and Safety on Government Installations Clause 5352.242-9000, Contractor Access to Air Force Installations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/FA4497JLGEQPMTMAINTENANCE/listing.html)
 
Place of Performance
Address: Dover, Delaware, 19901, United States
Zip Code: 19901
 
Record
SN03155405-W 20130822/130820235737-003fb3dedf6809f12ab9d0b85d581870 (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.