Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2016 FBO #5377
MODIFICATION

J -- Tire Repair and Replacement Services Contract Amendment 0002

Notice Date
8/11/2016
 
Notice Type
Modification/Amendment
 
NAICS
811198 — All Other Automotive Repair and Maintenance
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060416T3150
 
Response Due
8/19/2016
 
Archive Date
9/3/2016
 
Point of Contact
Cherice Bolla 808-473-7577
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Part 12 “ Acquisition of Commercial Items, Subpart 13.5 “ Simplified Procedures for Certain Commercial Items, and Subpart 16.5 “ Indefinite Delivery Contracts as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N0060416-T-3150. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Publication Notice 20160630. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811198 and the Small Business Standard is $7.5 MIL. The sources Sought Notice N0060416T0000 was posted to NECO on 3/17/2016 and closed on 3/25/2016 with no responses. This is a competitive, Unrestricted Action. The Small Business Office concurs with this unrestricted decision. The NAVSUP Fleet Logistics Center Pearl Harbor, Regional Contracting Department intends to award a commercial Indefinite Delivery Indefinite Quantity (IDIQ) type contract with Firm Fixed Price provisions for NAVSUP Fleet Logistics Center Pearl Harbor, Installation Support Department and Naval Facilities Engineering Command Hawaii in support their fleet of industrial Material Handling Equipment (MHE), Tanker Truck, and transporters at various locations on the Island of Oahu. The Base period is anticipated to be eight months from 01 September 2016 “ 30 April 2017, with four (4) one-year option periods thereafter; these dates are tentative and can be changed, if necessary. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following under a Single Award FFP IDIQ Service Contract: CLIN: DESCRIPTION; ESTIMATED QTY; U/I/ ESTIMATED AMOUNT Base Period CLIN 0001: TIRE REPAIR and REPLACEMENT SERVICES; 1; GROUP; EST AMOUNT Services to be conducted in accordance with Performance Work Statement and the associated item numbers identified on Service and Material Table (Attachment V) CLIN 0002: TIRES and TUBES; 1; GROUP Replacement Tire purchase to include the disposal of used and exchanged vehicle tires in accordance with the enclosed Performance Work Statement and the associated item numbers identified on Service and Material Pricing Table (Attachment V) Option Year I CLIN 1001 OPTION: TIRE REPAIR and REPLACEMENT SERVICES; 1; GROUP; EST AMOUNT Services to be conducted in accordance with Performance Work Statement and the associated item numbers identified on Service and Material Pricing Table (Attachment V) CLIN 1002 OPTION: TIRES and TUBES; 1; GROUP; EST AMOUNT Replacement Tire purchase to include the disposal of used and exchanged vehicle tires in accordance with the enclosed Performance Work Statement and the associated item numbers identified on Service and Material Table (Attachment V) Option Year II CLIN 2001 OPTION: TIRE REPAIR and REPLACEMENT SERVICES; 1; GROUP; EST AMOUNT Services to be conducted in accordance with Performance Work Statement and the associated item numbers identified on Service and Material Pricing Table (Attachment V) CLIN 2002 OPTION: TIRES and TUBES; 1; GROUP; EST AMOUNT Replacement Tire purchase to include the disposal of used and exchanged vehicle tires in accordance with the enclosed Performance Work Statement and the associated item numbers identified on Service and Material Pricing Table (Attachment V) Option Year III CLIN 3001 OPTION: TIRE REPAIR and REPLACEMENT SERVICES; 1; GROUP; EST AMOUNT Services to be conducted in accordance with Performance Work Statement and the associated item numbers identified on Service and Material Pricing Table (Attachment V) CLIN 3002 OPTION: TIRES and TUBES; 1; GROUP; EST AMOUNT Replacement Tire purchase to include the disposal of used and exchanged vehicle tires in accordance with the enclosed Performance Work Statement and the associated item numbers identified on Service and Material Pricing Table (Attachment V) Option Year IV CLIN 4001 OPTION: TIRE REPAIR and REPLACEMENT SERVICES; 1; GROUP; EST AMOUNT Services to be conducted in accordance with Performance Work Statement and the associated item numbers identified on Service and Material Pricing Table (Attachment V) CLIN 4002 OPTION: TIRES and TUBES; 1; GROUP; EST AMOUNT Replacement Tire purchase to include the disposal of used and exchanged vehicle tires in accordance with the enclosed Performance Work Statement and the associated item numbers identified on Service and Material Pricing Table (Attachment V) The contract will be funded at the task order level. Pricing will be in accordance with Service and Material Pricing Table (Attachment V). The actual quantities of services will be issued by task orders to the Contractor. Award of task orders will be firm-fixed price. Contractor shall invoice monthly. The estimated quantities provided on attached Service and Material Pricing Table are to assist vendors with providing proposals. This estimate is not a representation to an offeror or contractor that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal. Actual quantities may be lower or higher than stated amounts. FOB DESTINATION “ Delivery Location will be at various locations in the Pearl Harbor Region including Joint Base Pearl Harbor Hickam (JBPHH), Ford Island, and Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY and IMF) to include Controlled Industrial Area (CIA), and surrounding activities, Barbers Point/Kalaeloa/Kapolei, Kaneohe Marine Corp Air Station, Kunia, and the Pearl City Peninsula. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Inspections and acceptance of the delivered items shall be made by NAVFAC HI at destination. A complete quote in response to this combined synopsis/solicitation must include the completion of Attachments I “ III and V-VI. Attachments: Attachment I “ FAR 52.212-3 Alt 1 Reps and Certs Attachment II “ FAR 52.209-11 Tax Liability Attachment III “ FAR 52.204-20 Predecessor of Offeror Attachment IV “ Performance Work Statement Attachment V “ Service and Materials Pricing Table Attachment VI “ DD-254 Basis of Award: The Government will award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for commercial services resulting from this synopsis-solicitation to the responsible offeror whose quote, conforming to this solicitation, is evaluated to be the lowest priced technically acceptable (LPTA) quote. This acquisition is being conducted on the basis of all or none. Multiple or split awards will not be made. Quotes will be evaluated based on technical capability, price and past performance. The evaluation of quotes will consider the offeror ™s technical quote to be either acceptable or unacceptable. The Government intends to evaluate offers and award a contract without discussions with offerors, therefore, the offeror ™s initial offer should contain the offeror ™s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public ™s interest, accept other than the lowest offer and waive informalities and minor irregularities in offers received. Technical Capability: In order to be technically acceptable the offeror ™s quote must meet all aspects of the solicitation including the Performance Work Statement requirements and submittal of all required attachments; and each offeror ™s quote must make a statement taking no exception to the PWS; and the offeror must provide a price quote on all items listed in Attachment V Service and Material Table. Failure to make the statement taking no exception may result in their quote being evaluated as unacceptable. Price: The Government will evaluate all prices by listing the total of ALL items (total evaluated price) from the lowest to the highest. Total evaluated price includes pricing submitted for the base and all option periods. The Government will take the three lowest price quotes received and evaluate the corresponding technical factors for acceptability. Should the Government identify only one quote that is technically acceptable, the Government will evaluate the next lowest quote until there are at least two (2) technically acceptable quotes. The Government will make the award to the lowest price quoter. Should there be only one technically acceptable quote among all quotes, the Government will make an award to that quoter as long as the total evaluated price can be determined fair and reasonable. Past Performance: Past performance will be rated on an śacceptable ť or śunacceptable ť basis: Past Performance RatingsDescription Acceptable (A)Based on the performance records, the Government has a reasonable expectation that the quoter will successfully perform the required effort or the quoter ™s performance record is unknown. Unacceptable (U)Based on the performance records, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. Unknown or NeutralIn the case of a quoter without a record of past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the quoter shall be determined to have Neutral past performance. In the context of acceptability/unacceptability, the Unknown (or śNeutral ť) shall be considered śacceptable. ť Do not submit past performance information. The Government will access the Past Performance Information Retrieval System (PPIRS) to obtain past performance information on your firm, utilizing the DUNS number obtained from the Systems for Award Management (SAM) website. If no past performance information is available, Past Performance will be evaluated Neutral, which is considered Acceptable. If your firm has less than satisfactory performance evaluations in PPIRS, you may submit acceptable explanations for the ratings for the Government ™s consideration. Acceptable explanations will result in an Acceptable rating for Past Performance. Submission Requirements: By submission of a quote, the quoter agrees to all requirements contained in the PWS. Offerors shall include with their quotes the following, as well as any additional information and certifications with reference to the provisions contained herein: 1) Price Schedule for the base year and all option years for all CLINs and a total Price (See Attachment V “ Service and Material Pricing Table) 2) FOB Destination 3) Point of contact, name and phone number, business size, Cage and DUNS numbers, and Discount payment terms, if any. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. 4) A completed copy of 52.212-3 and its ALT I (Attachment I). If the quoter has completed the annual representations and certification electronically via the System for Award Management (SAM) Web Site, the quoter shall only complete paragraph (b) of this provision. If the quoter fails to submit a completed Attachment C, the quote may be evaluated Unacceptable. 5) A completed copy of FAR 52.209-11, (Attachment II). If the quoter fails to submit a completed Attachment D, the quote may be evaluated Unacceptable. 6) A completed copy of FAR 52.204-20, (Attachment III). If the quoter fails to submit a completed Attachment D, the quote may be evaluated Unacceptable System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Guaranteed Minimum: The guaranteed minimum amount is $15,000.00 for this contract. The minimum will be funded with the issuance of the first Task Order. ***METHOD OF PAYMENT Will Be Determined by Each Order*** ORDERING PROCEDURE Service Calls may only be issued by the following activities: NAVSUP FLC Pearl Harbor, Code 445 690 North Hampton Ave, Bldg. 449 Joint Base Pearl Harbor Hickam, HI 96860 A list of authorized individuals who can place service calls will be provided as an attachment at the time of award. The following FAR provision and clauses are applicable to this procurement: 52.203-3 Gratuities (APR 1984) 52.204-7 System for Award Management (JUL 2013) 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 SAM Maintenance (JUL 2013) 52.204-16 Commercial and Government Entity Code Reporting 52.204-18Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.209-2Prohibition on Contracting with Inverted Domestic Corporations-Representation (DEC 2014) 52.209-5 Certification Regarding Responsibility Matters 52.209-6Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-7 Information Regarding Responsibility Matters (FEB 2012) 52.209-9Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.209-11Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law 52.212-1 Instructions to Offerors - Commercial Items (OCT 2015) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2016) and Alt I(OCT 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2015) 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2015) 52.203-6Restrictions on Subcontractor Sales to the Government (SEP 2016) and Alt I 52.219-8Utilization of Small Business Concerns (OCT 2014) 52.219-14Limitations on Subcontracting (NOV 2011) 52.219-28Post Award Small Business Program Representation (JUL 2013) 52.222-3Convict Labor (JUN 2013) 52.222-19Child Labor (FEB 2016) 52.222-21Prohibition of Segregated Facilities (APR 2015) 52.222-26Equal Opportunity (APR 2015) 52.222-35Equal Opportunity for Veterans (OCT 2015) 52.222-36Affirmative Action for Workers with Disabilities (JUL 2014) 52.222-37Employment Reports on Disabled Veterans (FEB 2016) 52.222-40Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50Combating Trafficking in Persons (MAR 2015) 52.223-18Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 52.225-13Restriction on Certain Foreign Purchases (JUN 2008) 52.232-33Payment by Electronic Funds Transfer - SAM (JUL 2013) 52.222-41Service Contract Labor Standards (MAY 2014) 52.222-42Statement of Equivalent Rates (MAY 2014) In compliance with the Service Contract Labor Standards statute 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: 05370 Tire Repairer WG-6 Step 2 $13.78 - 32.85% 01320 Service Order Dispatcher GS-4 Step 1$14.05 - 32.85% (End of Clause) 52.222-55Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8Option to Extend Services 52.219-9 (Dev) Small Business Subcontracting Plan (Dev 2013-O0014) 52.219-16Liquidated Damages ”Subcontracting Plan (JAN 1999) 52.225-25Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ”Reps and Certs (DEC 2012) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.233-2Service of Protest (SEP 2006) 52.247-34 FOB Destination (NOV 1991) 52.216-22 “ Indefinite Quantity (OCT 1995): (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the maximum. The Government shall order at least the quantity of supplies or services designated in the Schedule as the minimum. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractors and Governments rights and obligations with respect to that order to the same extent as if the order were completed during the contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 29 Oct 2021. (End of clause) 52.216-19 “ Order Limitations: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount TO BE DETERMINED (TBD) but not less than equal to the lowest cost of a new tire and/or service call plus repair cost the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor “ (1) Any order for a single item in excess of $100,000.00; (2) Any order for a combination of items in excess of $600,000; or (3) A series of orders from the same ordering office within 1 day that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor ™s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 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; 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 60 months. (End of Clause) 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/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Provision) 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/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. (End of Clause) 52.232-18 Availability of Funds (April 1984) Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of clause) Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation relating to Compensation of Former DoD Officials (NOV 2011) 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Dev 2016-O0003) (OCT 2015) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) (OCT 2015) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A System for Award Management (MAY 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Deviation 2016-O0001) (OCT 2015) 252.204-7011 Alternative Line Item Structure (SEP 2011) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation 2016-O0001) (OCT 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.209-7991Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year 2016 Appropriations (Dev 2016 O0002) (OCT 2015) 252.213-7000 Notice to Prospective Suppliers or Use of PPIRS-SR in Past Performance Evaluations (JUN 2015) 252.216-7006Ordering (MAY 2011) 252.222-7007 Representation Regarding Combating Trafficking in Persons (JAN 2015) 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014) 252.223-7008Prohibition of Hexavalent Chromium (MAY 2011) 252.225-7002Qualifying Country Sources as Subcontractors (DEC 2012) 252.225-7021 Trade Agreements 252.225-7048 Export-Controlled Items (JUN 2013) 252.232-7003Electronic Submission of Payment Requests (MAR 2008) 252.232-7006Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) 252.243-7002Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.247-7023Transportation of Supplies by Sea (APR 2014) 252.216-7006 Ordering. As prescribed in 216.506(a), use the following clause: ORDERING (MAY 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from 01 September 2016 “ 30 April 2021. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered śissued ť when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered śissued ť when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause) This announcement will close at 1000 Hours HST on 19 August 2016. Contact Cherice Bolla who can be reached at 808-473-7577 or email Cherice.bolla@navy.mil. All questions shall be submitted via e-mail to Cherice.bolla@navy.mil by 1000 Hours HST on 01 August 2016. All questions and answers will be submitted via an amendment to the original solicitation. All responsible sources may submit a quote which shall be considered by the agency. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060416T3150/listing.html)
 
Record
SN04219373-W 20160813/160811234811-97c48f4b6373d8b02779268cecb00986 (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.