Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2017 FBO #5796
SOLICITATION NOTICE

J -- Material Handling Equipment (MHE) Maintenance, DLA Disposition Services CONUS and AK Sites - PWS Att 02 Bio-Based Reporting - Bid Schedule 3 - PWS - Region Map - Bid Schedule 1 - Bid Schedule 2

Notice Date
10/4/2017
 
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 Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP451018Q1000
 
Archive Date
11/18/2017
 
Point of Contact
Joseph A. Bednar, Phone: 2699617546
 
E-Mail Address
joe.bednar@dla.mil
(joe.bednar@dla.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DSD Mid-America Bid Schedule DSD East Bid Schedule PWS Attachment 01 DSD Regional Map/Bid Schedule Boundaries Performance Work Statement (PWS) DSD West and AK Bid Schedule PWS Att 02 Bio-Based Reporting Format This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 13.5, as supplemented with additional information included in this notice. This is for up to three single awards, each for a designated geographic area. Each area will only have one contractor performing in that area, therefore the possibuility of one, two or three separate awards resulting from this procurement based on the evaluation criteria. This is issued as a request for quote (RFQ). The performance timeframe is a 12-month base period with four, 12-month option periods. The performance of required services is as per the Performance Work Statement (PWS), including its ervice timeframes. This procurement is a 100% Service Disabled Veteran Owned Small Businesses set aside in accordance with FAR 19 with a North American Industry Classification System (NAICS) code of 811310, applicable threshold is $7.5 million. The following clauses will be included into the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; Far 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision. Click on first fill in clause at web address and fill out form. Copies of the FAR/DFAR clauses can be found on the internet at http://farsite.hill.af.mil. Quotes are to be received no later than 2:00 p.m. Eastern Standard Time on the above specified date, via email only to the designated Contracting Officer. See Attachments 01-03 for the Bid Schedules, and Attachment 04 for the PWS. Additional attachments to the PWS itself include 1) the geographic boundaries of the possible three proposed awards, and 2) a bio-based reporting format. All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state and local laws and regulations, and all installation policies. Any/all required documentation and service related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POCs or COR. Deliveries must be performed during normal installation work hours which are available from the above POCs or COR, excluding Federal holidays. 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 (with evaluation consisting of award to the responsible contractor(s) whose quote conforms to the solicitation and offers the lowest total price, including the option periods, with up to three contracts possible organized by the CONUS DSDs as per the three solicitation bid schedules and associated terms, after a pass/fail evaluation of the firm's past performance proposal. An offeror is able to win up to all three geographic areas of performance. Each award will be made to the responsible firm, with one, two or three awards possible depending on the lowest total cost to the Government after the pass/fail past performance submittal as per the instructions to follow). C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov. 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. 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 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); 52.209-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.219- 27, Notice of Total Service-Disabled Veteran-Owned Small Business Set -Aside (NOV 2011) 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 Facilitites (Feb 1999); 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Handicapped Workers (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-41, Service Contract Act of 1965 (NOV 2007) Note individual Wage Determinations will be issued with orders as applicable under the proposed contract(s). 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (SEP 2009) 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); The following additional FAR clauses apply to this procurement: 52.203-3, Gratuities (Apr 1984) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-19 - Incorporation by Reference of Representations and Certifications 52.216-19, Order Limitations (A minimum order amount of (any) one Preventative Maintenance Service or On-Call Repair Service is required, and a maximum order of 400% of the initial order's requirements, with the full text of this clause to be included in the anticipated bilateral award)* 52.216-22, Indefinite Quantity 52.217-09, Option to Extend the Term of the Contract (fill-ins are 7 calendar day notice provided there is a 14 calendar preliminary notice, with overall contract duration maximum of 5 years) 52.232-17, Interest (Oct 2010) 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-3 -- Protest After Award 52.233-4 -- Applicable Law for Breach of Contract Claim 52.242-13, Bankruptcy (Jul 1995) 52.247-34, FOB Destination * Minimum/maximums for the base period and each option period of the contract itself are (any) one Preventative Maintenance Service or On-Call Repair Service, and a maximum order of 400% of the total estimated value for the period. The following DFARS clauses apply to this procurement: 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) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 52.204-9000 Contractor Personnel Security Requirements (Aug 2014) (DLAD Clause) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.211-7003, Item Unique Identification and Valuation 252.216-7006, Ordering (fill-in is through each 12-month period, subject to option exercise(s)) 252.225-7048, Export-Controlled Items (Jun 2013) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (By reference, full text provided in bilateteral award) 252.243-7001, Pricing of Contract Modifications (Dec 1991) 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items (Jun 2013) Note that a Reverse Auction under this action is possible per applicable DLA coverage, with that coverage/instructions to be provided if a Reverse Auction is utilized. Firm's submitting proposals under this action agree to participate in the Reverse Auction if it occurs and acknowledge it as a possible negotiation tool being used by the Government under this action, though note that this does not mean firms are required to lower their submitted prices if they choose not to. INSTRUCTIONS TO OFFERORS: Submit quotes by email to joe.bednar@dla.mil no later than November 03, 2017, at 2:00 P.M. Eastern Time. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non- receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Email submissions by 5:00 pm one business day prior to the due date and time are encouraged to reduce the possibility of server or other cyber-related delays that may render your response as ineligible for consideration. Quotes are to include: 1) The bid schedule is attached and responding firms are required to complete and return the bid schedule(s) that they are pursuing under this action, be it one DSD Region, two, or all three. Firms are required to submit on all line items within a respective bid schedule, this acquisition is not permitting multiple awards within a given DSD Region. 2) Past Performance Submission (each of the following points must be met to pass the past performance evaluation): - Submittal of at least one but not more than three relevant past performance reference projects, complete with customer reference point(s) of contact with current and accurate email addresses and phone numbers. To be relevant, the actions must include: - Both successful Preventative Maintenance (PM) services and on-call repair services on a variety of commercial Material Handling Equipment items including at a minimum different sized forklifts, as well as warehouse sweepers/floor scrubbers and/or street sweepers. - The services were performed within the past two years and over more than one service site in as broad a geographic region as the contractor is pursuing via their submitted bid schedules, e.g. a service territory as large as the DSD East bid schedule if that is submitted, up to the entire CONUS and AK if all three bid schedules are submitted. - The services performed in the reference project(s) territory were successfully performed at the same time, i.e. demonstrate that services within the PWS timeframes can occur at more than one service location simultaneously. "Successfully performed" for purposes of this evaluation means rated satisfactory or better by the reference, per inquiry/survey by the Government as applicable, including if the reference project description meets the criteria in this past performance submission section. - Reasonable evidence that the firm still has the resources to perform such a requirement, e.g. their resources including service territory coverage for their reference project(s) are the same as they propose to utilize for the contract award(s) they are pursuing under this action, or other evidence supporting the resources/territory coverage are currently available. - Note that incorrect and/or outdated reference contact information may render the reference not eligible for consideration and the past performance submittal not eligible to pass the pass/fail past performance evaluation, therefore the proposal may be ineligible for award(s). 4) Offerors shall provide the applicable CAGE code and DUNS number with their bid submission. The information located in FAR 52.212-3 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Any solicitation questions shall be submitted no later than October 17, 2017 at 2:00 PM Eastern Time. In the event questions are received, a solicitation amendment will be posted to distribute the answers prior to the closing date of the solicitation. The Government is not responsible for answering questions received after this deadline. Site Visits are not being supported for this action in advance of the response deadline. EVALUATION: Quotations will be evaluated on a Lowest-Priced Past-Performance-Acceptable basis. Award will be made to firm, or combination of up to three firms, that offer the lowest total cost to the Government for the entire requirement, (all three DSD regions and all periods for each), after a pass/fail evaluation of the contractors' provided past performance submittals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP451018Q1000/listing.html)
 
Place of Performance
Address: Continental Unites States (CONUS) and AK Sites, United States
 
Record
SN04706109-W 20171006/171004231226-836b236f5a38e1e545da17e3a26969ae (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.