Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2013 FBO #4383
SOLICITATION NOTICE

J -- Remedial Maintenance (unscheduled) services on Material Handling Equipment at DLA Distribution Red River, Texarkana, Texas - Attachment 1 - RFQ

Notice Date
11/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
SP330014Q0017
 
Point of Contact
Catherine Doyne, Phone: 7177707390
 
E-Mail Address
catherine.doyne@dla.mil
(catherine.doyne@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request For Quotaiton Attachment 7 - Cerfitication of Offeror Accounting System Attachment 6 - Schedule of Supplies or Services Attachment 5 - Wage Determination Attachment 4 - Vehicle Technical Inspection DLA Form 1730 Attachment 3 - EMACS Maintenance Work Order Attachment 2 - Equipment Inventory List Attachment 1 - Statement of Work (SOW) 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlines Procedures for Evaluation and Solicitation for Commercial Items in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the RFQ number is SP330014Q0017. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-70 effective 30 Sep 2013 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20131118 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2014-27. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. 3. This Request for Quotation (RFQ) is being issued to establish a hybrid firm-fixed price and time and materials contract for remedial maintenance (unscheduled) services to provide all labor, materials, tools, equipment and supervision necessary to perform on Government owned Raymond Turrett Trucks, Raymond, Crown, and Clark Stock Selectors and Raymond Electric walk/ride/stack forklifts at DLA Distribution Red River, Texarkana, Texas. The services shall be performed in accordance with Statement of Work (SOW) provided at Attachment 1. 4. This RFQ will be awarded on a small business set-aside basis. The North American Industry Classification System (NAICS) code for this project is 811310 and the size standard is $7,000,000.00 5. Period of Performance shall be on or about as follows: Base Year: 01 May 2014 through 30 April 2015 Option Year 1: 01 May 2015 through 30 April 2016 Option Year 2: 01 May 2016 through 30 April 2017 6. The offeror must complete the certification of the accounting system found in Attachment 7. Failure to provide the certification will eliminate the offeror from consideration for award. The offeror shall also provide a description of the accounting system in this quote which demonstrates the ability of the vendor adhere with the items found in the certification statement. If the offeror possesses a DCAA approved accounting system, the offeror may provide the date of approval and the cognizant DCAA office in lieu of the description required above. "The Government does reserve the right to conduct a post-award audit." 7. INVOICING AND PAYMENT - Invoicing and Payment will be made via WAWF. See DFAR Clause 252.232-7006 found page 13 of the RFQ. Billing shall be made monthly in arrears. Invoices shall contain all required price and cost documentation, as applicable. Invoices shall be neat and legible and clearly state the labor hours, repair parts and associated costs, and any other required information, as applicable. The COR shall enter the Remedial Maintenance (RM) invoice data into EMACS prior to certified invoice. 8. CONTRACT PRICING: CLINs X002 and X003 are time and material CLINs. Reference FAR 52.214-4 Alt I, the contractor shall be reimbursed for actual hours incurred only. The contractor shall not exceed the CLIN/contract ceilings without prior approval from the Contracting Officer. The price charged to the Government for a purchased part under CLIN X003 shall not exceed the contractor's established catalog or market price. If the contractor obtains a part at a discounted cost, the contractor shall pass the savings on to the Government. Upon request of the Contracting Officer Representative (COR), the contractor will be required to provide invoices and/or proof of pricing for the contractor purchased part. 9. WAGE DETERMINATION: This requirement is subject to the Service Contract Act. Wage determination No. 2005-2235, Revision No. 15, dated 19 June 2013, is provided as Attachment 5. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination. The Wage Grade (WG) equivalent to this position is as follows: Heavy Equipment Mobile Mechanic = $20.73 per hour (WG-5803-10,Step 1) Automotive Electrician = $19.67 per hour (WG 2805-09, Step 1) 10. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ EMAIL _________________________________ SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. 11. Questions shall be submitted in writing via e-mail to: DLA Distribution Acquisition Operations J7-AB 5404 J Avenue, Building 404 New Cumberland, PA 17070-5059 Email: Catherine.doyne@dla.mil 12. 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 personal are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Attachments: Attachment 1 - Statement of Work For Remedial Maintenance Service at DLA Distribution Red River, Texarkana, TX. Attachment 2 - DDRT- Equipment Inventory List Attachment 3 - EMACS Maintenance Work Order Attachment 4 - Vehicle Technical Inspection, DLA Form 1730, Nov 2004 (EG) Attachment 5 - DoL Wage Determination No. 2005-2235, Revision No. 15, dated 19 June 2013. Attachment 6 - Schedule of Supplies/Services Attachment 7 - Certification of Offeror's Accounting System.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330014Q0017/listing.html)
 
Place of Performance
Address: DLA Distribution Red River, Texarkana, Texas, 75501, United States
Zip Code: 75501
 
Record
SN03239735-W 20131124/131122234238-c79415ea566adebdf575afd89ef17b83 (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.