Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 28, 2023 SAM #7913
SOLICITATION NOTICE

J -- Scale Calibration and Corrective Maintenance

Notice Date
7/26/2023 11:36:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
DLA DISPOSITION SERVICES - EBS BATTLE CREEK MI 49037-3092 USA
 
ZIP Code
49037-3092
 
Solicitation Number
SP451023Q1051
 
Response Due
8/21/2023 9:00:00 AM
 
Archive Date
09/05/2023
 
Point of Contact
Brandon Awkerman, Michael Mamaty
 
E-Mail Address
Brandon.awkerman@dla.mil, Michael.Mamaty@dla.mil
(Brandon.awkerman@dla.mil, Michael.Mamaty@dla.mil)
 
Description
**Amendment 0001** Amendment 0001 is to add Attachment 6 -Equipment to show the current equipment list at each site.� No other changes at this time. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, 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. The solicitation number is SP451023Q1051 and is being issued as a Request for Quotation (RFQ). This solicitation and incorporated provisions and clauses are in effort through Federal Acquisition Circular 2023 - 04. See Attachment 1 - Performance Work Statement and applicable provisions and clauses. The NAICS code is 811210 with a size standard of $34,000,000.00 and the requirement will result in one (1) 12-month base period of performance plus two (2) 12-month option periods of performance for a Firm Fixed Priced IDIQ and Time and Materials contract. The total contract length shall not exceed three (3) years. Background: The primary mission of the Defense Logistics Agency (DLA) Disposition Services is to dispose of Department of Defense (DoD) excess and surplus property generated by the military services. This is accomplished through reutilization to other DoD activities, transfer to other Federal agencies, donation to authorized state and local organizations, sale to the public, or ultimate disposal through abandonment or destruction. DLA Disposition Services Headquarters is located in Battle Creek, Michigan, with a variety of field sites worldwide. DLA Disposition Services is responsible for managing the DoD Surplus Property Program. In order to accomplish this mission, DLA Disposition Services is seeking to have Scale Calibration and Corrective Maintenance Services performed at sites located throughout the Continental United States and Alaska in accordance with attachment 1 - Performance Work Statement. This requirement is a Firm Fixed Priced Time and Material contract. Pricing must be Fixed Price for the entirety of services quoted for scheduled preventive maintenance services. Time and materials will only be used for unscheduled maintenance services. �Site locations are listed in Attachment 3 � Locations. Offers are due at 12:00 PM Eastern Time (United States), on Monday, August 21, 2023. Email quotes to Brandon.Awkerman@dla.mil and Michael.Mamaty@dla.mil. Questions are due at 12:00 PM Eastern Time (United States), on Monday, August 7, 2023 and must be submitted in writing via email to brandon.awkerman@dla.mil and michael.mamaty@dla.mil. Questions will not be answered via telephone. Questions that occur after the cut off, but are considered to be significant to the requirement, may be accepted and discussed only with those vendors that have submitted a quote. INSTRUCTIONS TO OFFERORS: Submit quotes by email to brandon.awkerman@dla.mil and michael.mamaty@dla.mil no later than the specified date and 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 Est. 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. Offerors shall provide the applicable CAGE code and UEI number with their price submission. The information located in FAR 52.212-3 ALT 1 (Offerors Representations and Certifications) must be current on SAM.gov at the time of quote submission. Site Visits are not being supported for this action in advance of the response deadline. EVALUATION: FORMAT: The offeror shall submit documentation (one original electronic form, standard Microsoft based Word and / or Excel, and / or .PDF files) in response to this solicitation subject to the requirements in this provision. Quote SUBMISSION (FORMAT AND CONTENT): The following describes the information that must be furnished as part of the quote and the format which must be presented. Quotes which do not provide the required information in the prescribed format at the time of initial submittal may be excluded from further consideration. Offers are strongly encouraged to read Provision FAR 52.212-1, �INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS�. Volume 1 - Offerors shall return a completed Price Schedule, Attachment 2 Price Schedule. A quote received without filling in all parts of the attachment will not be considered for an award. All quotes shall be valid for 90 calendar days. Volume 2 - Past Performance Data Past Performance Questionnaire� Past Performance Questionnaire: The offeror is required to provide any current relevant information regarding the level of performance, in terms of delivery and quality achieved under either US Government or commercial contracts for the same or similar services within the last five (5) years. The information provided should support a qualitative review of the offeror; and/or; record of performance in the areas of conforming to specifications, adherence to contract schedules, history of reasonable and cooperative behavior, commitment to customer satisfaction, and business-like concern for the interest of your customer. Additionally, if performance deficiencies were identified, what they were and what corrective action was taken. Offerors shall submit past performance data for either the firm; and/or principal subcontractor(s); and/or key employees of the firm. For each reference provided, a valid name and telephone number, contract number, contract type, dollar value, contract award and completion dates, point of contact, description of worked performed, and e-mail address of point of contact is required. The description of work performed shall be in sufficient detail to explain how each reference relates to same or similar requirements of the instant solicitation in areas such as type of equipment maintained, performance timeframes, performance locations, managing a similar size workforce, and complexities of services (to determine the relevancy of the work). If the offeror elects to provide principal subcontractor past performance, the offeror shall provide the principal subcontractors� consent allowing the US Government to disclose negative past performance information to the offeror. Reference projects and corresponding reference questionnaires are limited to three (3) projects considered by the offeror to be the most relevant to the requirements of this solicitation. If more than three projects with reference questionnaires are received, the US Government will consider the first three projects received based upon the date and time the reference questionnaire are received. Attachment 5 contains a Past Performance Questionnaire that is used to evaluate an offeror�s past performance. The offeror shall provide the Past Performance Questionnaire in Attachment 5 to the past performance reference they identify in this part of the quotes for the offeror, principal subcontractors and key personnel. The past performance reference shall independently submit the survey to the Contracting Officer prior to the closing date of the solicitation. Any completed past performance questionnaire received after closing date and time of this combined synopsis/solicitation or directly from the offeror will not be considered in the past performance evaluation. The US Government will not evaluate a reference listed in the past performance Volume 2 if no corresponding past performance questionnaire is received from a reference for that contract. This will have the effect of the offeror being given a Neutral rating for that portion of their overall evaluation, regardless of the type of experience or its similarity to this requirement. Past performance questionnaires must be received by the due date for receipt of quotes in order for the information to be considered. Offerors are cautioned that due to mail delivery times to the U.S., it is highly recommended that all contract references being asked to provide surveys be asked to scan the documents in Adobe .pdf format and email it to brandon.awkerman@dla.mil and michael.mamaty@dla.mil with a reference to the solicitation, SP4510-23-Q-1051 in the subject heading. The submission of Volume 2 Past Performance is required. If an offeror does not have any past performance references, offerors must at least identify a Volume 2 in their quote and state they do not have any past performance to provide. If the US Government only receives a past performance questionnaire from a past performance reference and there is no information in an offeror�s quotes regarding that reference (see paragraph above), the reference will not be considered. The offeror is responsible for ensuring references submit past performance questionnaire; the US Government will not be contacting references for purposes of obtaining the questionnaire. �1.0 ADDENDA TO FAR 52.212-2 EVALUATION 1.1 SOURCE SELECTION METHOD - BEST VALUE (a) Trade-off Process Past Performance and Price: Award shall be made to the responsible offeror whose proposal conforms to the solicitation and is determined to be the most advantageous to the Government, past performance and price considered. The offer selected as best value will represent the best trade-off to the Government among past performance and price. Past Performance will be significantly more important than price. The Government will determine best value on the basis of an assessment of the following factors: (1) Past Performance factor � The Government will evaluate past performance in accordance with the Past Performance Proposal and Evaluation clause in this solicitation. (2) Price factor � The Government will evaluate the offered prices for price reasonableness in accordance with the requirements of FAR 15.404-1. �1.2 PAST PERFORMANCE EVALUATION (a) Except under the circumstances noted in the solicitation paragraph titled Efficiency in Competition, the Government will conduct a Performance Confidence Assessment for each offeror based upon submitted current, relevant PPI as it relates to the expectation of the offeror being able to successfully perform the requirement. There are two aspects to this evaluation: (1) The determination of relevance to this solicitation in scope, magnitude, and complexity and (2) How well the offeror performed on its contracts. Past performance will be rated on an adjectival scale. Thus, an offeror with a higher confidence assessment rating for past performance will have a higher expectation of meeting the solicitation requirements than a firm with a lower confidence assessment rating. The Government�s subjective evaluation of the overall quality of an offeror�s submitted PPI will be a factor in determining the relative merits of that offeror�s proposal and in selecting for award an offeror whose proposal is considered the best value to the Government. (b) In addition to using independently submitted and timely questionnaires received in evaluating past performance, the Government may consider information in the offeror�s proposal using readily available information obtained from other sources, including but not limited to the Contractor Performance Reporting System (CPARS), DLA Disposition Services personnel administering DLA Disposition Services contracts, past and present customers and their employees, other government agencies, including state and local agencies, consumer protection organizations and better business bureaus, former subcontractors, and others who may have relevant information. The Government may also consider negative information for contracts that are not included in the offeror�s past performance proposal if it is determined that the offeror did not identify that contract due to performance problems and/or the contract was for Scale Calibration and Maintenance services with the same or similar requirements as the solicitation within the last 2 years. (c) Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. This is a matter of judgement. Offerors will be given an opportunity to address especially unfavorable reports of past performance, and an offeror�s response, or lack thereof, will be taken into consideration. (d) In the case of an offeror without an identifiable record of past performance or for whom information on past performance is unavailable and/or a corresponding PPI questionnaire was not independently received by the Government before the date offers are due, the offeror will not be assessed either favorably or unfavorably on Performance Confidence, as the degree of confidence known to the Government cannot be adequately determined and is therefore unknown. 52.203-6�������������� Restrictions on Subcontractor Sales to the Government--Alternate I�������� NOV 2021 52.203-11������������ Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions����������� SEP 2007 52.203-12������������ Limitation on Payments to Influence Certain Federal Transactions������������� JUN 2020 52.203-19������������ Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements�������� JAN 2017 52.204-7�������������� System for Award Management OCT 2018 52.204-9�������������� Personal Identity Verification of Contractor Personnel���� JAN 2011 52.204-10������������ Reporting Executive Compensation and First-Tier Subcontract Awards���� JUN 2020 52.204-13������������ System for Award Management Maintenance��� OCT 2018 52.204-16������������ Commercial and Government Entity Code Reporting������� AUG 2020 52.204-17������������ Ownership or Control of Offeror AUG 2020 52.204-18������������ Commercial and Government Entity Code Maintenance AUG 2020 52.204-20������������ Predecessor of Offeror� AUG 2020 52.204-23������������ Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities� NOV 2021 52.204-24������������ Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment��������������� NOV 2021 52.204-25������������ Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment��������� NOV 2021 52.204-26������������ Covered Telecommunications Equipment or Services--Representation ��� OCT 2020 52.209-6�������������� Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment������������� NOV 2021 52.209-7�������������� Information Regarding Responsibility Matters���� OCT 2018 52.209-9�������������� Updates of Publicly Available Information Regarding Responsibility Matters��������� OCT 2018 52.209-10������������ Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.212-1�������������� Instructions to Offerors�Commercial Products and Commercial Services�������������� NOV 2021 52.212-2�������������� Evaluation�Commercial Products and Commercial Services�������� NOV 2021 52.212-3�������������� Offeror Representations and Certifications�Commercial Products and Commercial Services--Alternate I�������������� OCT 2014 52.212-4�������������� Contract Terms and Conditions�Commercial Products and Commercial Services DEC 2022 52.212-5�������������� Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services���������� MAR 2023 52.216-18������������ Ordering������������� AUG 2020 52.216-19������������ Order Limitations������������ OCT 1995 52.216-22������������ Indefinite Quantity��������� OCT 1995 52.217-5�������������� Evaluation of Options���� JUL 1990 52.217-8�������������� Option to Extend Services����������� NOV 1999 52.217-9�������������� Option to Extend the Term of the Contract���������� MAR 2000 52.219-4 ������������ Notice of Price Evaluation Preference for HUBZone Small Business Concerns�������� OCT 2022 52.219-8�������������� Utilization of Small Business Concerns �� OCT 2022 52.219-28������������ Post-Award Small Business Program Representation������� OCT 2022 52.219-33������������ Non-Manufacturer Rule SEP 2021 52.222-3�������������� Convict Labor���� JUNE 2003 52.222-21������������ Prohibition of Segregated Facilities���������� APR 2015 52.222-22������������ Previous Contracts and Compliance Reports�������� FEB 1999 52.222-25������������ Affirmative Action Compliance�� APR 1984 52.222-26������������ Equal Opportunity���������� SEP 2016 52.222-35������������ Equal Opportunity for Veterans JUN 2020 52.222-36������������ Equal Opportunity for Workers with Disabilities� JUN 2020 52.222-37������������ Employment Reports on Veterans����������� JUN 2020 52.222-40������������ Notification of Employee Rights Under the National Labor Relations Act� DEC 2010 52.222-41������������ Service Contract Labor Standards������������� AUG 2018 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 2014 52.222-43������������ Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year and Option Contracts)����������� AUG 2018 52.222-50������������ Combating Trafficking in Persons������������� NOV 2021 52.222-55������������ Minimum Wages Under Executive Order 13658�� JAN 2022 52.222-62������������ Paid Sick Leave Under Executive Order 13706������ JAN 2022 52.223-1�������������� Biobased Product Certification�� MAY 2012 52.223-2�������������� Affirmative Procurement of Biobased Products Under Service and Construction Contracts.������������ SEP 2013 52.223-11������������ Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons����� JUN 2016 52.223-17������������ Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts.�������������� AUG 2018 52.223-18������������ Encouraging Contractor Policies to Ban Text Messaging While Driving������ JUN 2020 52.223-20������������ Aerosols������������� JUN 2016 52.223-21������������ Foams�� JUN 2016 52.223-22������������ Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation���� DEC 2016 52.229-11������������ Tax on Certain Foreign Procurements�Notice and Representation.��������� JUN 2020 52.229-12������������ Tax on Certain Foreign Procurements���� FEB 2021 52.232-29������������ Terms for Financing of Purchases of Commercial Products and Commercial Services��������� NOV 2021 52.232-29������������ Installment Payments for Commercial Products and Commercial Services�������������� JAN 2017 52.232-31������������ Invitation to Propose Financing Terms��� DEC 2022 52.232-33������������ Payment by Electronic Funds Transfer�System for Award Management OCT 2018 52.232-39������������ Unenforceability of Unauthorized Obligations���� JUN 2013 52.232-40������������ Providing Accelerated Payments to Small Business Subcontractors����������� NOV 2021 52.233-3�������������� Protest after Award������� AUG 1996 52.233-4�������������� Applicable Law for Breach of Contract Claim�������� OCT 2004 52.245-1�������������� Government Property�� SEP 2021 52.245-9�������������� Use and Charges������������� APR 2012 52.252-5�������������� Authorized Deviations in Provisions�������� NOV 2020 52.252-6�������������� Authorized Deviations in Clauses�������������� NOV 2020 252.201-7000����� Contracting Officer's Representative������ DEC 1991 252.203-7000����� Requirements Relating to Compensation of Former DoD Officials��������������� SEP 2011 252.203-7002����� Requirement to Inform Employees of Whistleblower Rights��������� DEC 2022 252.203-7005����� Representation Relating to Compensation of Former DoD Officials������������ SEP 2022 252.204-7003����� Control of Government Personnel Work Product�������������� APR 1992 252.204-7004����� Antiterrorism Awareness Training for Contractors������������ JAN 2023 252.204-7015����� Notice of Authorized Disclosure of Information for Litigation Support������ JAN 2023 252.204-7016����� Covered Defense Telecommunications Equipment or Services--Representation�� DEC 2019 252.204-7017����� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services--Representation MAY 2021 252.204-7018����� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services �� JAN 2023 252.204-7022����� Expediting Contract Closeout����� MAY 2021 252.204-7024����� Notice on the use of the Supplier Performance Risk System��������� MAR 2023 252.211-7003����� Item Unique Identification and Valuation�������������� JAN 2023 252.211-7007����� Reporting of Government-Furnished Property��� AUG 2012 252.215-7008����� Only One Offer DEC 2022 252.223-7008����� Prohibition of Hexavalent Chromium������ JAN 2023 252.225-7012����� Preference for Certain Domestic Commodities��� APR 2022 252.225-7052����� Restriction on the Acquisition of Certain Magnets and Tungsten JAN 2023 252.225-7055����� Representation Regarding Business Operations with the Maduro Regime�������������� MAY 2022 252.225-7056����� Prohibition Regarding Business Operations with the Maduro Regime ������ JAN 2023 252.226-7001����� Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns���������� JAN 2023 252.232-7003����� Electronic Submission of Payment Requests and Receiving Reports���������� DEC 2018 252.232-7006����� Wide Area WorkFlow Payment Instructions��������� JAN 2023 252.232-7010����� Levies on Contract Payments����� DEC 2006 252.232-7011����� Payments in Support of Emergencies and Contingency Operations������������ MAY 2013 252.237-7010����� Prohibition on Interrogation of Detainees by Contractor Personnel����������� JAN 2023 252.243-7002����� Requests for Equitable Adjustment��������� DEC 2022 252.244-7000����� Subcontracts for Commercial Products and Commercial Services JAN 2023 252.246-7008����� Sources of Electronic Parts���������� JAN 2023 252.225-7001����� Buy American and Balance of Payments Program--Basic JAN 2023
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a88e80bd17214c41969a62fc6444cdbe/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06764310-F 20230728/230726230046 (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.