SOLICITATION NOTICE
W -- Operator/Crane Services
- Notice Date
- 3/17/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- 10662495
- Response Due
- 3/20/2015
- Archive Date
- 5/16/2015
- Point of Contact
- Antoine L. Echols, 443-861-5013
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(antoine.l.echols.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation that is a repost to this pervious solicitation W91ZLK-15-T-0078 for crane services w/operator. 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W91ZLK-15-T-0078. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-78, effective 26 December 2014. This requirement is for Crane Services in support of the Edgewood Chemical Biological Center (ECBC). The supplies and services are to be provided at Schofield Barracks Military Reservation, Oahu, Hawaii. The associated North America Industry Classification System (NAICS) Code is 238990 and the Business Size Standard is $15 million. The government contemplates award of a Firm-Fixed Price contract, Lowest Price Technically Acceptable. Description of Requirement: This is a non-personal services contract to provide crane services in support of an emergency response deployment to handle chemical demilitarization in Hawaii for the days of the 7th-8th of April and the 14th-15th of May 2015. The government will be destroying and treating chemical-filled munitions recovered at Schofield Barracks Military Reservation (SBMR) using the Explosive Destruction System (EDS). The supplies and services will support the setup, operations, and teardown of this emergency response deployment. The contractor shall provide all personal, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to provide the services. The contractor shall provide a crane operator, who has a minimum of five years of experience (please send over with your bid proof of your operator experience history) with 100 ton or higher crane operations, and both the operator and equipment shall be on-site from 0800-1600 during the four day operation. Two days at the start of the project for setup which will be the 7th-8th of April and two days at the end of the project for removal on the 14th-15th of May 2015. Instructions to Offerors: Offerors shall submit price proposals in accordance with the CLIN structure below. Partial quotes will not be evaluated by the Government. Award will be made on the basis of the lowest evaluated price proposal meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. The proposal shall include documentation demonstrating the crane operator has a minimum of five years of experience. Such documentation can be in the form of a resume or certification. Offerors shall provide an operator license and lift plan in the proposal submission. CLIN 0001: Crane Service The contractor shall provide a 100 ton or higher crane, rigging equipment (top lift spreader or bottom lift sling meaning how you will be lifting the container with your cane), and a crane operator to move the following container boxes on the project site. Specifications: Fifteen container boxes, twenty feet in length. One out of the 15 of the containers is an open-top and the crane will be used to pull two, 13,000 lb. diesel generators with center lift (Magnum MMG330) from the open-top container. The maximum weight is not to exceed 40,000 lbs. CLIN 0002 Accounting for Contract Services Cost for Providing Accounting for Contract Services - APG 5152.237-490, Accounting for Contract Services Requirement, has been added to the performance work statement, and Contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter quote mark No Cost quote mark. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil less than https://cmra.army.mil greater than. For further assistance, email the CMRA Help Desk at contractormanpower@hqda.army.mil. FOB: Destination The following provisions and clauses will be incorporated by reference: 52. 212-4 Contract Terms and Conditions Commercial Items. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jul 2014) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995). 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013). 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (AUG 2013) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. 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 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). 52.232-39 - Unenforceability of Unauthorized Obligations The following additional DFAR clauses cited in the clause are applicable: 252.212-7000, Offeror Representations and Certifications Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.211-7003 Item Identification and Valuation 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Phone: (256) 450-8165 Fax: (256) 450-8840 E-mail: amcprotests@conus.army.mil The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. SUBMISSION PROCEDURES: ALL Firm Fixed Price Proposals (FFP) must be signed, dated, and received by 17:00 AM EST 19 March 2015 via email to SSG Antoine Echols, antoine.l.echols.mil@mail.mil (preferred method) or via U.S. mail at: US Army Contracting Command, Aberdeen Proving Ground, Tenant Contracting Division, Attention: CCRD-AI-IC, 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD 21005-1846. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Service desk http://www.fsd.gov. For questions concerning this solicitation contact SSG Antoine Echols, via email at antoine.l.echols.mil@mail.mil NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0207d2d23e1793658327537813a17ba4)
- Place of Performance
- Address: Schofield Barracks Firing Point 202 514 Beaver Road Schofield Barracks HI
- Zip Code: 96857
- Zip Code: 96857
- Record
- SN03669616-W 20150319/150317234712-0207d2d23e1793658327537813a17ba4 (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 |