Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2022 SAM #7567
SOLICITATION NOTICE

N -- Racking Install from VA East COCO Site & Rack Installation at DDSP, DDOO, DDRV, DDWG, & DDJF

Notice Date
8/17/2022 10:34:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
DLA DISTRIBUTION NEW CUMBERLAND PA 17070-5008 USA
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-22-Q-5031
 
Response Due
8/29/2022 10:00:00 AM
 
Archive Date
10/01/2022
 
Point of Contact
Benjamin D. Bailey, Phone: 7177705390, Joshua L. Woodworth, Phone: 7177704192
 
E-Mail Address
benjamin.bailey@dla.mil, joshua.woodworth@dla.mil
(benjamin.bailey@dla.mil, joshua.woodworth@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REQUEST FOR QUOTE Issuing Office: DLA Distribution Acquisition Operations (J7) 5430 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 the Federal Acquisition Regulations (FAR) Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items, 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 is a Request for Quote (RFQ) and the RFQ number is SP3300-22-Q-5031. � This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2022-06 effective 26 April 2022 and Defense Federal Acquisition Regulation Supplement (DFARS) DFARS Publication Notice (DPN) 20220623 effective 23 June 2022 and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2022-06 effective 31 March 2022. The complete text of any of the clauses and provisions are: FAR: https://www.ecfr.gov/current/title-48/chapter-1 DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ � DLAD: https://www.dla.mil/HQ/Acquisition/Policy-and-Directives/ � This Request for Quotation (RFQ) is being issued to establish a Firm-Fixed Price (FFP) Purchase Order for the requirement to provide the installation of pallet racks for six (6) buildings at five (5) Defense Logistics Agency (DLA) distribution centers. The Government intends to award a purchase order as a result of this RFQ and will be issued on a Standard Form (SF) 1449. This acquisition is not a Defense Priorities and Allocations System (DPAS) rated procurement. � This RFQ is being solicited as 100% small business set aside. The North American Industry Classification System (NAICS) code for this project is 238290 and the size standard is $19,500,000.00. The Product or Service Code (PSC) for this acquisition is N039. � Period of Performance: Refer to Attachment 1 � Statement of Work (SOW) paragraph 3.6.4. Project installation complete date: 240 days after date of award. � This requirement is subject to the Service Contract Act. The following wage determinations are provided at Attachment 7a-e. a.�(DDSP) Wage Determination No. 2015-4245 Revision No. 19 dated 06/27/2022. b.�(DDOO) Wage Determination No. 2015-5315 Revision No. 19 dated 07/13/2022. c.�(DDRV) Wage Determination No. 2015-4313 Revision No. 20 dated 06/30/2022. d.�(DDWG) Wage Determination No. 2015-4495 Revision No. 20 dated 07/06/2022. e.�(DDJF) Wage Determination No. 2015-4539 Revision No. 19 dated 07/06/2022. � INSURANCE: Reference FAR Clause 52.228-5 Insurance-Work on a Government Installation located in this solicitation. The minimum amount/kind of insurance 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. � 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. � ORGANIZATIONAL CONFLICT OF INTEREST 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 Performance Work Statement or specification unless directed to do so in writing by the Contracting Officer. 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. 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 (SAM): A prospective awardee shall be registered in the System for Award management (SAM) database by the quotation submission date, 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. 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: �������������������� _____________________________________________ � INVOICING AND PAYMENT � Invoicing and Payment will be made via Wide Area Work Flow. See DFARS 252.232-7006. � COMMERCIAL INTERIM PAYMENT: a. Partial Payments IAW FAR 32.102(d) are authorized under this requirement as specified below: Payment 1: Actual cost of materials delivered and accepted by the Contracting Officer Representative (COR) to be validated with supplier invoices. Payment 2: Installation of material and verification by the COR that the system is functional. The total value of the partial payments shall not exceed 70 percent of the total dollar of the purchase order. b. All material and work covered by the partial payments shall, at the time of payment, become the sole property of the Government, but this shall not be construed as: (1) Relieving the contractor from the sole responsibility for all material and work upon which payments have been made for the restoration of any damaged work; or (2) Waiving the right to the Government to require the fulfillment of all the terms of the contract. c. Final payment of the purchase order shall be made upon final acceptance of all deliverables by the Government and completion of final operational test. d. The final payment shall be the total price less Payments 1 and 2. � 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. � DLAD L07 Site Visit Instructions (OCT 2016): A pre-award site visit will not be conducted. � QUESTIONS: Questions regarding this RFQ shall be submitted by electronic mail to the Acquisition Specialist, Ben Bailey, via email at benjamin.bailey@dla.mil, Subject: SP330022Q5031 RFQ Question. Question(s) must be received by 1:00 PM EDT on 11 August 2022. **Note to Offerors: Funding is currently subject to availability for this project. An award will not be issued until funding is available. It is anticipated that an award will be made before the Fiscal Year (FY) end. ATTACHMENTS: Attachment 1 � Statement of Work (SOW) Attachment 2a - Drawing (DDSP ME105 Pallet Rack Layout) Attachment 2b - Drawing (DDOO 416 and 812 Rack Requirements R2) Attachment 2c - Drawing (DDOO Bldg. 812 Pallet Rack Layout) Attachment 2d - Drawing (DDWG Bldg. 351 Pallet Rack Storage System) Attachment 2e - Drawing (DDWG Bldg. 368 Rack Layout Bays A-B-C) Attachment 2f - Drawing (DDRV Bldg. 11 Pallet Rack Layout) Attachment 2g - Drawing (DDJF 796 FLOOR PLAN Bays 1 and 3) Attachment 3 � Wage Determination Attachment 4 � Kit Requirements by Site Attachment 5 � New Rack Requirements by Site Final Attachment 6 � VA COCO Upright Adjustment Notes Attachment 7a � Wage Determination (DDSP) Attachment 7b � Wage Determination (DDOO) Attachment 7c � Wage Determination (DDRV) Attachment 7d � Wage Determination (DDWG) Attachment 7e � Wage Determination (DDJF) �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/253879a5b8784d5d819c7de01690c67d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06430545-F 20220819/220817230125 (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.