Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2016 FBO #5266
SOLICITATION NOTICE

66 -- Heavy Duty Truck Scale with Accessories - Kuwait and Qatar - Bid Schedule

Notice Date
4/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333997 — Scale and Balance 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
SP4510-16-Q-1014
 
Archive Date
5/31/2016
 
Point of Contact
Nicholas M. Moore, Phone: 269-961-5399, Joseph A. Bednar, Phone: 269-961-7546
 
E-Mail Address
Nicholas.Moore@dla.mil, joe.bednar@dla.mil
(Nicholas.Moore@dla.mil, joe.bednar@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Specifications Bid Schedule This is a combined synopsis/solicitation for commerical 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 details of this procurement are located below and in the attached specifications. The solicitation will be issued as a Request for Quote (RFQ) under FAR Part 13.5 Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. 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. 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 completed 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: 52.203-3, Gratuities (Apr 1984); 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 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 Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 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, Affirmitive Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer - Central Contractor Registration (Oct 2003). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); Additional FAR clause incorporated by full text: Workers' Compensation Insurance (Defense Base Act) (Jul 2014) (a) The Contractor shall-- (1) Before commencing performance under this contract, establish provisions to provide for the payment of disability compensation and medical benefits to covered employees and death benefits to their eligible survivors, by purchasing workers' compensation insurance or qualifying as a self-insurer under the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 932) as extended by the Defense Base Act (42 U.S.C. 1651, et seq.), and continue to maintain provisions to provide such Defense Base Act benefits until contract performance is completed; (2) Within ten days of an employee's injury or death or from the date the Contractor has knowledge of the injury or death, submit Form LS-202 (Employee's First Report of Injury or Occupational Illness) to the Department of Labor in accordance with the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 930(a), 20 CFR 702.201 to 702.203); (3) Pay all compensation due for disability or death within the time frames required by the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 914, 20 CFR 702.231 and 703.232); (4) Provide for medical care as required by the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 907, 20 CFR 702.402 and 702.419); (5) If controverting the right to compensation, submit Form LS-207 (Notice of Controversion of Right to Compensation) to the Department of Labor in accordance with the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 914(d), 20 CFR 702.251); (6) Immediately upon making the first payment of compensation in any case, submit Form LS-206 (Payment of Compensation Without Award) to the Department of Labor in accordance with the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 914(c), 20 CFR 702.234); (7) When payments are suspended or when making the final payment, submit Form LS-208 (Notice of Final Payment or Suspension of Compensation Payments) to the Department of Labor in accordance with the Longshore and Harbor Workers' Compensation Act (33 U.S.C. 914 (c) and (g), 20 CFR 702.234 and 702.235); and (8) Adhere to all other provisions of the Longshore and Harbor Workers' Compensation Act as extended by the Defense Base Act, and Department of Labor regulations at 20 CFR Parts 701 to 704. (b) For additional information on the Longshore and Harbor Workers' Compensation Act requirements see http://www.dol.gov/owcp/dlhwc/lsdba.htm. (c) The Contractor shall insert the substance of this clause including this paragraph (c), in all subcontracts to which the Defense Base Act applies. (End of Clause) 52.237-1, Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The site visit point of contact for Kuwait is: Mr. T M Franklin Phone: 318-430-7099 Email: T.Franklin@dla.mil The site visit point of contact for Qatar is: Mr. Frankie Rivera Phone: 717-605-1882 Email: Frankie.Rivera2@dla.mil The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7003, Agency Office of the Inspector General (Apr 2012); 252.203-7005 Representations Relating to Compensation of Former DoD Officials (Nov 2011); 252.225-7012, Preference for Certain Domestic Commodities (Feb 2013); 252.227-7015, Technical Data - Commercial Items (Dec 2011); 252.225-7021 Trade Agreements (Oct 2013); 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); 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013), (To be included in full text on any award); 252.243-7002, Requests for Equitable Adjustment (Dec 2012); 252.244-7000, Subcontracts for Commercial Items (Jun 2013). Additional DLAD clauses incorporated by full text: DLAD 52.215-9023, REVERSE AUCTION (OCT 2013) The Contracting Officer may utilize on-line reverse auctioning as a means of conducting price discussions under this solicitation. If the Contracting Officer does not conduct a reverse auction, award may be made on the basis of initial offers or following discussions not using reverse auctioning as a pricing technique. If the Contracting Officer decides to use on-line reverse auctioning to conduct price negotiations, the Contracting Officer will notify Offerors of this decision and the following provisions will apply: (a) The award decision will be made in accordance with the evaluation factors as set forth in the solicitation. The reverse on-line auction will be used as a pricing technique during discussions to establish the final offered prices from each Offeror. These prices will be used in conjunction with the evaluation factors stated elsewhere in the solicitation in order to make the award decision in accordance with the basis for award stated in the solicitation. (b) Following the decision to conduct discussions using reverse auctioning as a pricing technique, the Contracting Officer or his/her representative will provide Offerors determined to be in the competitive range with information concerning the auction process. (c) Prior to conducting the reverse auction, the Contracting Officer may hold discussions with the Offerors concerning matters appropriate for discussion, such as issues involving technical proposals or unbalanced pricing. (d) Unless auction instructions indicate that only Offeror's rankings will be displayed, the lowest Offeror's price(s) for each round of the reverse auction will be disclosed to other Offerors and anyone else having authorized access to the auction. This disclosure is anonymous, meaning that each Offeror's identity will be concealed from other Offerors (although it will be known to the Government; only a generic identifier will be used for each Offeror's proposed pricing, such as "Offeror A" or "lowest-priced Offeror"). By submitting a proposal in response to the solicitation, Offerors agree to participate in the reverse auction and that their prices may be disclosed, including to other Offerors, during the reverse auction. (e) An Offeror's final auction price at the close of the reverse auction will be considered its final price proposal revision. No price revisions will be accepted after the close of the reverse auction, unless the Contracting Officer decides that further discussions are needed and final price proposal revisions are again requested in accordance with Federal Acquisition Regulation (FAR) 15.307, or the Contracting Officer determines that it would be in the best interest of the Government to re-open the auction. (f) The following requirements apply when the Government uses a commercial web-based product to conduct the reverse auction: (1) Each Offeror identified by the Contracting Officer as a participant in the reverse auction will be contacted by Defense Logistic Agency's commercial reverse auction service provider to advise the Offeror of the event and to provide an explanation of the process. (2) In order for an Offeror to participate in the reverse auction, such Offeror must agree with terms and conditions of the entire solicitation, including this provision, and agree to the commercial reverse auction service provider's terms and conditions for using its service. Information concerning the reverse auction process and the commercial service provider's terms and conditions is embedded within the email notification sent by the on-line reverse auction pricing tool system administrator. (3) Offerors shall secure the passwords and other confidential materials provided by the commercial reverse auction service provider or the Government and ensure they are used only for purposes of participation in the reverse auction. Offerors shall keep their own and other Offeror's pricing in confidence until after contract award. (4) The reverse auction system currently in use designates offers as "Lead," meaning the current low price in that auction, or "Not Lead," meaning not the current low price in that auction. In the event of a tie offer, the reverse auction provider's system designates the first offer of that price as "Lead" and the second or subsequent offer of that price as "Not Lead." Offerors shall not submit a tie offer, since this is inconsistent with the purpose of the reverse auction. If a tie offer is submitted and no evaluation factors other than price were identified in the solicitation, the "Not Lead" Offeror that submitted the tie offer must offer a changed price; otherwise its offer will be ineligible for award if their final price in the auction is the tie offer price. If evaluation factors in addition to price were listed in the solicitation, tie offers that are "Not Lead" will be considered and evaluated in accordance with those evaluation factors. (5) Any Offerors unable to enter pricing through the commercial reverse auction service provider's system during a reverse auction must notify the Contracting Officer or designated representative immediately. The Contracting Officer may, at his/her sole discretion, extend or re-open the reverse auction if the reason for the Offeror's inability to enter pricing is determined to be without fault on the part of the Offeror and outside the Offeror's control. (6) The reverse auction will be conducted using the commercial reverse auction service provider's website as embedded in the email notification. Offerors shall be responsible for providing their own computer and internet connection. (7) Training: (i) The commercial reverse auction service provider and/or a Government representative will provide familiarization training to Offerors' employees; this training may be provided through written material, the commercial reverse auction service provider's website, and/or other means. (ii) An employee of an Offeror who successfully completes the training shall be designated as a "Trained Offeror." Only Trained Offerors may participate in a reverse auction. The Contracting Officer reserves the right to request that Offerors provide an alternate Offeror employee to become a Trained Offeror. The Contracting Officer also reserves the right to take away the Trained Offeror's designation from any Trained Offeror who fails to abide by the solicitation's or commercial reverse auction service provider's terms and conditions. (End of provision) INSTRUCTIONS TO OFFERORS: Submit quotes by email (preferred) to: Nicholas.Moore@dla.mil no later than April 29, 2016 at 11:59 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 also be mailed to: DLA Disposition Services ATTN: Nicholas Moore (J7) 74 N. Washington Ave. Battle Creek, MI 49037 Offerors shall provide the applicable CAGE code and DUNS number with their quote 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. All quotes shall be submitted on the bid schedule attached to this solicitation and priced in U.S. dollars to be considered for award. The offeror shall include the Company point of contact, telephone cumber, and email address to be considered for award. QUOTE EVALUATION: Award will be made to the contractor whose quote conforms to the solicitation, is deemed technically acceptable, and has the lowest price. A pass/fail technical review will be completed to assess the technical acceptability of the quotes. Determination of technical acceptability will be based off meeting or exceeding all of the requirements outlined in Section 4.0 of the Specifications. The quote shall demonstrate how each of the requirements in Section 4.0 will be met in order to be determined technically acceptable. Specification or product information sheets from the manufacturer shall be submitted for each requirement to ensure technical acceptability of the truck scale. Any quote that is missing a specification or product information sheet for a particular requirement may be determined technically unacceptable and may no longer be considered for award. All CLINs shall be priced to be considered for award. The total CLIN prices (including optional CLINs 0003 and 0004) will be evaluated prior to award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-16-Q-1014/listing.html)
 
Record
SN04092983-W 20160424/160422234337-4c881200aa6d88d8c943239a364f68a4 (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.