Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2020 SAM #6727
SOLICITATION NOTICE

J -- Material Handling Equipment Maintenance Services - Enterprise Wide

Notice Date
4/28/2020 1:27:55 PM
 
Notice Type
Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-20-R-0002
 
Response Due
4/30/2020 11:00:00 AM
 
Archive Date
09/01/2020
 
Point of Contact
Joseph N. Crowley, Phone: 7177705455, Karen D Ghani, Phone: 7177705951, Fax: 7177707591
 
E-Mail Address
Joseph.Crowley@dla.mil, karen.ghani@dla.mil
(Joseph.Crowley@dla.mil, karen.ghani@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SF 1449 Continuation of Supplies and Services: 1.� This Request for Proposal (RFP) is being issued to establish a single award Firm-Fixed-Price and Time and Materials Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. The contract to be established is for battery preventative (BPM), preventative maintenance (PM), and corrective maintenance on material handling equipment and industrial equipment at multiple DLA Distribution locations.�� 2. This RFP is solicited as a 100% small business set aside. The North American Industry Classification System (NAICS) code for this project is 811310 and the size standard is $8.0 million. 3.� The ordering period of performance will be for a five (5) year period as follows: ESTIMATED Year One: ����������� 01 June 2020 through 31 May 2021* Year Two:� ���������� 01 June 2021 through 31 May 2022 Year Three:� ������� 01 June 2022 through 31 May 2023 Year Four:� ��������� 01 June 2023 through 31 May 2024 Year Five:� ���������� 01 June 2024 through 31 May 2025 *Includes a 90-day transition period��������������� � � � � 4.� Due date and time for proposal questions is 2:00 pm eastern local time on 13 April 2020. Questions must be submitted in accordance with the instructions found in the solicitation. Questions received after this date and time may not receive a response.� Answers to questions will be posted to the Beta.SAM.gov website via an amendment to the solicitation. Questions shall be submitted in writing via e-mail to joseph.crowley@dla.mil 5.� Due date and time for proposal submission is 2:00 pm eastern local time on 30 April 2020.� Proposals must be submitted in accordance with the instructions found in the solicitation. 6. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination. The Wage Grade equivalency is as follows: Labor Category: Heavy Equipment Mechanic SCA Directory of Occupations: 23430 Grade: WG-9 Labor Rate: $23.52 Fringe @ 30%: $7.06 Total Rate: $30.58 *Includes 2019 locality pay - Federal Wage System Regular and Special Production Facilitating Wage Rate Schedules for the Macon, Georgia (RUS) Wage Area (for DDWG) NOTE: Not all Labor Categories may be included in the above � Selective Sample. 7.� Invoicing and Payment: Invoices shall be submitted through Wide Area WorkFlow (WAWF). The WAWF website is at https://wawf.eb.mil/. The web site contains instructions for registration and use, including how contractors submit invoices via WAWF. 8.� A technical proposal is required from all offerors.� Please pay special attention to the Instructions to Offerors.� The instructions require various items of documentation to submit with your proposal. The evaluation criteria, explains how offeror�s proposal will be evaluated for acceptability/unacceptability. 9.� The offeror must complete the certification of the accounting system found in Attachment 13.� Failure to provide the certification will eliminate the offeror from consideration for award.� The offeror shall also provide a description of the accounting system that demonstrates the ability of the vendor adhere to the items found in the certification statement.� If the offeror possesses a DCAA approved accounting system, the offeror may provide the date of approval and the cognizant DCAA office in lieu of the description required above.� The Government does reserve the right to conduct a post-award audit. 10. This is an IDIQ contract. Obligation of the minimum funding amount set forth in the RFP shall be obligated under the first task order, let consecutively at time of award for the base contract. 11. Minimum and Maximum Quantities: As referred to in paragraph (b) of the clause at FAR 52.216-22 entitled �Indefinite Quantity�, the minimum value of services is $500,000.00 (for the entire contract). The maximum value of the services is $15,000,000.00. 12.� The Government is not soliciting for the �same old way� of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in material prices. Therefore, your assistance is requested in not only reducing prices but also, request submitting all of your ideas for how to improve our buying processes to reduce material costs. 13. A copy of the Schedule of Supplies and Services and instructions for pricing are provided as Attachment 2.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/01c75ebf258d4dfeb49abb5283baf003/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05638031-F 20200430/200428230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.