Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOLICITATION NOTICE

P -- SP330020Q0122

Notice Date
8/5/2020 10:37:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562920 — Materials Recovery Facilities
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP330020Q0122
 
Response Due
8/26/2020 10:00:00 AM
 
Archive Date
10/30/2020
 
Point of Contact
Edward A. Ruud, Phone: 7177708585
 
E-Mail Address
edward.ruud@dla.mil
(edward.ruud@dla.mil)
 
Description
Issuing Office: DLA Distribution Acquisition Operations (J7) 430 Mifflin Avenue, Suite 3102A New Cumberland, PA 17070-5008 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Part 12 in conjunction with Part 13 of the Federal Acquisition Regulation (FAR), 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.� This solicitation is issued as a Request for Quote (RFQ) and the solicitation number is SP3300-20-Q-0122. This notice incorporates provisions and clauses in effect under: REGULATION IDENTIFICATION EFFECTIVE DATE Federal Acquisition Regulations 2020-08 14 July 2020 Defense Federal Acquisition Regulation Supplement (DFARS) DFARS Publication Notice (DPN) 20200605 05 June 2020 Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 through PROCLTR 2020-13 25 June 2020 The complete text of any of the clauses and provisions are available electronically from the following sites: FAR: https://www.ecfr.gov/cgi-bin/ECFR?page=browse Select Title 48 then Chapter 1. DFARS: https://www.ecfr.gov/cgi-bin/ECFR?page=browse Select Title 48 then Chapter 2. DLAD: http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx � Description of Requirement: This Request for Quote is issued to establish a Firm Fixed Price purchase order to provide for the breakdown nineteen (19) Lansing cranes in accordance with the attached Statement of Work at DLA Distribution Mechanicsburg, PA. The Government intends to award one contract as a result of this solicitation. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. Set Aside: This solicitation is Unrestricted. The Product Service Code (PSC) for this acquisition is P999 (Other Salvage Services), and the North American Industry Classification System (NAICS) code is 562920 (Materials Recovery Facilities) with a size standard of $22,000,000.00.� There is no Defense Priorities and Allocations System (DPAS) rating for this acquisition.�� Period of Performance: The work is to be performed within 30 days after receipt of order (ARO). Insurance: Reference FAR Clause 52.228-5 Insurance � Work on a Government Installation included 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. Wage Determination:� This requirement is subject to the Service Contract Act Wage Determination No. 2015-4225 Revision No. 14 dated 06/03/2020. 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 (WG) equivalent to this position is as follows: Employee Class������������������������������������ Monetary Wage-Fringe Benefits Welding/Flame Cutting � WG-8������������������������������ $21.62 - $25.22 Illegal Items Not Authorized on Federal Installation: Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor�s responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. The local authorities can issue a citation that charges the individual with a specific offense and requires the individual to appear before a Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions. � Management of Contractor Employees: The Contractor personnel are employees of the Contractor and under the administrative control and supervision of the Contractor. The Contractor, through its personnel, shall perform the tasks prescribed in the Performance Work Statement/Statement Of Work. The Contractor shall select, supervise, and exercise control and direction over its employees under this contract. The Contractor shall not supervise, direct, or control the activities of the Government personnel or the employee of any other contractor, except any subcontractor employed by the Contractor on this contract. The Government shall not exercise any supervision or control over the Contractor in the performance of contractual services under this contract. The Contractor is accountable to the Government for the actions of its personnel. � 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. � Organizational Conflict of Interest: 1. The contractor shall be ineligible from participation as a contractor, subcontractor, or consultant in any procurement arising or resulting from any of the services provided to DLA on this contract. This restriction includes providing services to any potential bidders on such procurements. The contractor shall not incorporate its product or services in any statement of work or specification unless directed to do so in writing by the Contracting Officer 2. If the contractor, in the performance of this contract, obtains access to information such as plans, policies, reports, studies, financial data, internal data, or any other non-public information or information by the Privacy Act, the contractor agrees not to release such information without prior written approval from the Contracting Officer. The use of such information for personal gain is prohibited. 3. In addition, the contractor agrees that to the extent it receives or is given access to proprietary data, or other confidential or privileged technical, business, or financial information under this contract, it shall treat such information in accordance with any restrictions imposed on such information. System for Award Management:� IAW FAR 4.1102(a), offerors are required to be registered in the System for Award Management (SAM) database at the time an offer or quotation is submitted in order to comply with the annual representations and certifications requirements.� Refer to DFARS 204.1103 for helpful information on navigation and data entry in the SAM database.� Registration may be done on line at: www.acquisition.gov or www.sam.gov. � The 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: Invoicing and Payment: Invoicing and Payment will be made via Wide Are WorkFlow (WAWF). Reference DFARS Clause 252.232-7003 and DFARS 252.232-7006. � Questions: regarding this solicitation must be submitted by email to the Contract Specialist, Edward Ruud, at edard.ruud@dla.mil.� Questions must be received by 1:00 PM Eastern time on August 19, 2020.� 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.� No information concerning this solicitation will be provided in response to telephone calls. � The Government is not soliciting for the �same old way� of doing business. The Government encourages quotes that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. � ATTACHMENTS: Attachment 1 � Statement of Work (SOW) Attachment 2 � Wage Determination SCHEDULE OF SUPPLIES CLIN 0001 Lansing Crane Removal QUANTITY 19 @ $_______________ EACH = $_______________ TOTAL DESCRIPTION: Provide all equipment and manpower needed to remove the 19 cranes and load cranes on DLA supplied trailers in accordance with the Statement of Work (SOW) CLIN 0002 CMRA QUANTITY 1 @ $_______________ EACH = $_______________ TOTAL DESCRIPTION: Contract Manpower Reporting in accordance with SOW. ����������������������� ����������������������������������������������� TOTAL PRICE:� $________________________ QUANTITY 1 @ $_______________ EACH = $_______________ TOTAL DESCRIPTION: Contract Manpower Reporting in accordance with SOW. ����������������������� ����������������������������������������������� TOTAL PRICE:� $________________________
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/12d1910d1a784f0ea09f445dcf556b61/view)
 
Place of Performance
Address: Mechanicsburg, PA 17055, USA
Zip Code: 17055
Country: USA
 
Record
SN05745934-F 20200807/200805230154 (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.