Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2014 FBO #4443
SOLICITATION NOTICE

J -- PREVENTIVE MAINTENANCE OF ELEVATORS, DUMBWAITERS, AND PORCH-LIFT PLATFORMS AT DLA DISTRIBUTION SUSQUEHANNA - ATTACHMENTS TO RFQ SP3300-14-Q-0030

Notice Date
1/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
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
SP3300-14-Q-0030
 
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
N/A
 
Description
WAGE DETERMINATION STATEMENT OF WORK SCHEDULE OF SUPPLIES/SERVICES 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 SP3300-14-Q-0030. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-72 effective 01 Jan 2014, and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20131231 (Effective 01 Jan 2014) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5, and PROCLTR 2014-55. 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 Unrestricted. DLA Distribution Susquehanna, located in New Cumberland, PA, has a requirement for a contractor to provide all labor, equipment, tools, materials, parts, supplies, subcontractors, and supervision necessary to perform Scheduled Preventive Maintenance on the following equipment: Five (5) Elevators, Two (2) Dumbwaiters, and Three (3) Electric Platform Lifts. Scheduled Preventive Maintenance shall be performed on a Monthly, Quarterly, Semi-Annual or Annual basis in accordance with the Statement of Work included as Attachment 1 to this solicitation. The contractor shall also provide Contractor Manpower Reporting on an Annual basis as described in the Statement of Work. A detailed list of the equipment for which Scheduled Preventive Maintenance services are required is included in the Statement of Work. This requirement consists of a Base Year and Two (2) Option Years, with estimated Periods of Performance as follows: Base Year - from April 1, 2014 through March 31, 2015 Option Year 1 - from April 1, 2015 through March 31, 2016 Option Year 2 - from April 1, 2016 through March 31, 2017 The Schedule of Supplies/Services for this requirement is attached to this solicitation. Offerors are requested to quote Firm Fixed Prices for all of the line items on the attached Schedule of Supplies/Services. Service Contract Act Wage Determination No. 1968-0555 Revision No. 36 dated 01/30/2013 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. 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 System for Award Management (SAM) database IAW FAR 52.212-1(k) and DFARS 204.1103. Registration may be done on line at: www.acquisition.gov or www.sam.gov. Wide Area WorkFlow: As of October 15, 2012, DLA Distribution Acquisition Operations began using the Department of Defense Wide Area WorkFlow (WAWF) Receipt and Acceptance system to process invoice and acceptance documents. WAWF is a free, paperless application, which eliminates time and expenses of mail processing. It is also a secure method of invoicing. With on-line validation, contractors can monitor acceptance and payment documents for accuracy, which means fewer rejected invoices and fewer delayed payments. The WAWF website is at https://wawf.eb.mil/. The web site contains instructions for registration and use, including how contractors submit invoices via WAWF. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at DLA Distribution, New Cumberland, PA. Questions may be sent via email to daniel.herring@dla.mil or faxed to 717-770-5689. 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. Addenda to 52.212-1: paragraph (c) period for acceptance of offers, delete "30 calendar days" and insert "60 calendar days" in its place. Addenda to 52.212-1; the following provisions apply and are incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.217-5 Evaluation of Options DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.215-7007 Notice of Intent to Resolicit Addenda to 52.212-1; the following provisions apply and are incorporated in full text: 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) Information required by paragraphs 7, 12 and 20 of the Statement of Work, such as: resumes, licenses, and certificates for contractor and subcontractor elevator maintenance personnel (paragraph 7); names of any contingent contractors or subcontractors that may provide any services during this contract (paragraph 12); and copies of contractor licenses and certifications (paragraph 20). (7) Past performance information from three (3) sources that clearly indicate that offeror has satisfactorily performed Preventive and Remedial Maintenance of the same or similar products 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 with its proposal or may indicate completion of the representations and certifications on the internet at http://www.sam.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 to the responsible offeror whose offer conforms to the solicitation using the Lowest Price Technically Acceptable (LPTA) source selection procedure. Quotes shall be evaluated for acceptability only and shall not be rated. Offerors must be determined to be responsible according to the standards of FAR Part 9 to be eligible for award. Award will be based on the total overall lowest price quoted for the Base Year and Two (2) Option Years which meets or exceeds the technical acceptability standards shown below. Any offeror whose quote has been determined technically acceptable will then have its quote evaluated for the lowest price. The following criteria shall be used to establish technical acceptability: 1. Submittal by the offeror of information required by paragraphs 7, 12 and 20 of the Statement of Work, such as: resumes, licenses, and certificates for contractor and subcontractor elevator maintenance personnel (paragraph 7); names of any contingent contractors or subcontractors that may provide any services during this contract (paragraph 12); and copies of contractor licenses and certifications (paragraph 20). 2. Submittal by the offeror of past performance information from three (3) sources that clearly indicate they have satisfactorily performed Preventive and Remedial Maintenance of the same or similar elevators, dumbwaiters, and electric platform lifts commercially or for the Government within the past three (3) years. This past performance information shall include the following: a. Contractor Name b. Name of the customer/agency c. Contract/Purchase Order Number d. Customer Point of Contact (provide name, telephone number, and email address) e. Length of contract/period of performance (dates) f. Dollar Amount of Contract (initial price and final price) g. Description of equipment for which maintenance was provided (include sufficient detail to demonstrate the scope and complexity of the maintenance provided) h. A narrative synopsis that describes the specific nature of the work; similarities with the proposed work; and the relevant experience gained. 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 52.217-8 Option to Extend Services Fill-in for clause: 60 days from the expiration date of the contract FAR 52.247-34 F.o.b. - Destination DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea with Alternate III DFARS 252.247-7024 Notification of Transportation of Supplies by Sea 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 clauses apply and are incorporated in full text: FAR 52.217-9 -- Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days from the expiration date of the contract [insert the period of time within which the Contracting Officer may exercise the option]; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days [60 days unless a different number of days is inserted] 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 three (3) years and six (6) months (months)(years). (End of Clause) 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) DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions (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 Central Contractor Registration 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) - Invoice as 2-in-1. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer - Destination/Destination. (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 SP3300 Admin DoDAAC SP3300 Inspect By DoDAAC Not Applicable Ship To Code Not Applicable Ship From Code Not Applicable Mark For Code Not Applicable Service Approver (DoDAAC) Not Applicable Service Acceptor (DoDAAC) SB3300 Accept at Other DoDAAC Not Applicable LPO DoDAAC Not Applicable DCAA Auditor DoDAAC Not Applicable Other DoDAAC(s) 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: ann.hewett@dla.mil johnathan.tassone@dla.mil daniel.herring@dla.mil (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: Ken Decker, kenneth.decker@dla.mil, 717-770-6197 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of 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 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor 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 Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 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 Elevator Repairer - WG-10 $24.46 FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) 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 FEBRUARY 7, 2014 AT 4:00 PM EST to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-14-Q-0030/listing.html)
 
Place of Performance
Address: DLA Distribution Susquehanna, New Cumberland, Pennsylvania, 17070, United States
Zip Code: 17070
 
Record
SN03271563-W 20140123/140121234302-243d0ed59362d1213c5abf279ab4420b (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.