Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOLICITATION NOTICE

39 -- Vertical Lift Modules for DLA Distribution Corpus Christi, TX - Attachment 1 SOW

Notice Date
5/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP330018Q5029
 
Archive Date
8/15/2018
 
Point of Contact
Joseph N. Crowley, Phone: 7177705455, Catherine Doyne, Phone: 7177707390
 
E-Mail Address
Joseph.Crowley@dla.mil, catherine.doyne@dla.mil
(Joseph.Crowley@dla.mil, catherine.doyne@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit 1 Contract Data Requirements SP330018Q5029 Attach 4 PPQ SP330018Q5029 Attach 3 Supply Schedule SP330018Q5029 Attach 2 Drawings SP330018Q5029 Attach 1 SOW SP330018Q5029 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Simplified Procedures for Certain Commercial Items. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the RFQ number is SP3300-18-Q-5029. (See Attached) 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-97 effective 24 Jan 2018 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20180418 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2018-06. The complete text of any of the clauses and provisions may be accessed in full text at Acquisition.gov. 3. This Request for Quotation (RFQ) is being issued to establish a Firm-Fixed Price (FFP) contract for the purchase and incidental installation of 2 Vertical Lift Modules (VLM) Storage Systems for Bldg. 1846, Bay 2, Storage facility at DLA Distribution Corpus Christi TX. The requirement covers all necessary incidental services, labor, material, equipment and control components required to supply and install 2 VLMs. A 1 year firm-fixed price maintenance contract after final government acceptance of the items will be issued for each VLM. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. 4. This RFQ is solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code for this project is 33922 and the size standard is 500 employees. 5. ALL UNIT PRICES SHALL BE QUOTED AS FOB DESTINATION PRICING. Delivery Information: The items shall be shipped as follows: Defense Logistics Agency Distribution Corpus Christi, TX DODACC: SB3212 Building 1846, Bay 2 540 First Street S.E. Corpus Christi, TX 78419 6. PERIOD OF PERFORMANCE: Delivery shall be 270 days after date of contract award. 7. QUOTE DUE DATE, TIME, LOCATION : Quotes are due on June 15, 2018, at 3:00 PM EST. QUOTES MUST BE SUBMITTED ELECTRONICALLY TO joseph.crowley@dla.mil 8. System for Award Management (SAM): A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the SAM website at http://www.sam.gov. 9. INVOICING AND PAYMENT: Invoicing and Payment will be made via Wide Area WorkFlow. See DFARS Clause 252.232-7006. 10. A technical package is required from all offerors and shall be provided with the quotes. Please pay special attention to the Instructions to Offerors. The instructions require various items of documentation to submit with your quote. The evaluation criteria explains how offeror's quote will be evaluated for acceptability/unacceptability. 11. SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requests via the Internet at http://www.sam.gov. 12. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: ______________________________________________ Company Address: ______________________________________________ ______________________________________________ ______________________________________________ Telephone: ______________________________________________ CAGE Code: ______________________________________________ Point of Contact: ______________________________________________ EMAIL: ______________________________________________ Manufacturer: ______________________________________________ 13. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. 14. INSURANCE: Reference FAR Clause 52.228-5 Insurance-Work on a Government Installation located in this solicitation. The minimum amount/kind of insurance required is shown below: Workers' Compensation and Employer's Liability - $100,000 (except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers). General Liability- $500,000 per occurrence. Automobile Liability - Property damage $20,000 per occurrence, Bodily injury $200,000 per person and $500,000 per occurrence. When requested by the Contracting Officer, the Contractor shall provide a copy of all subcontractors' proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. 15. Site Visit: Date - May 30, 2018, Time - 8:00 am to 12:00 pm EST, Location - DLA Distribution Corpus Christi, TX Building 1846. Please provide the following information to joseph.crowley@dla.mil by no later than May 18, 2018 - Company Name, Employee Name, Employee Date of Birth, Employee Driver's License Number, and State of Driver's License. Visitors will be issued a visitor identification badge that will grant them access to Building 1846. Failure to submit this information in the time-frame requested above may result in delays upon your arrival at the installation. Attachments: Attachment 1 - Statement of Work Attachment 2 - Drawings Attachment 3 - Schedule of Supplies Attachment 4 - Past Performance Questionnaire Exhibit 1 - Contract Data Requirements List
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330018Q5029/listing.html)
 
Place of Performance
Address: Defense Logistics Agency Distribution Corpus Christi, TX DODACC: SB3212, Building 1846, Bay 2, 420 First Street S.E., Corpus Christi, Texas, 78419, United States
Zip Code: 78419
 
Record
SN04919791-W 20180513/180511230834-6bfe38f6b96ba2ca99afdd7f2cd319f5 (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.