|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1998 PSA#2100Defense Reutilization And Marketing Service, DRMS-UPO, 74 Washington
Avenue North, Battle Creek, MI 49017-3092 M -- MANAGEMENT OF GOVERNMENT FACILITIES; LOGISTICS SUPPORT SOL
SP4410-98-R-1002 DUE 060998 POC J Brankovich, 616 961 7211 Logistics
Support at DoD Activities. This is a combined synopsis/solicitation for
commercial items prepared in accordance with the formate in FAR subpart
12.6, as supplemented with additional information included in this
notice. This announcement constitutes the only solicitation; proposals
are being requested and a written solicitation will not be used. The
Defense Reutilization & Marketing Service (DRMS) has an on-going
requirement for the administrative, operational, and logistics support
at a variety of DoD locations throughout CONUS. For a definition of
the types of logistics support that may be required, offerors may visit
the web site at www.drms.dla. The publications are located under the
R/T/D section. Enter the pubs/reg section, view the numerical listing
of all publications with the numbers 4160.3 or 4160.14 and DoD
4160.21-M for definitions and explanations. The Defense Reutilization
and Marketing Offices that will be supported under the resultant
contracts provide for the dispositionof surplus Government property.
The HQ DRMS support in Battle Creek MI will be for office support. The
labor categories include (but will not be limited to): Hazardous
Property Processor; Forklift Operator; Heavy Equipment Operator;
Material Coordinator; Recycling Worker; Warehouse Worker; Environmental
Technician; General Administrative/Clerical; and associated management
support. The solicitation provisions and clauses are those in effect
through Federal Acquisition Circular 97-04. The solicitation is issued
using unrestricted, full and open competitive procedures. The SIC for
this acquisition is 7389, $5.0 million. The Government will award
multiple Indefinite Delivery Indefinite Quantity contract as the result
of this solicitation. Task orders will then be competed for specific
services throughout the life of the contract(s). The minimum for the
program (all contracts) is $25,000; the maximum is $5 million (base
period and all option periods). Each contract awarded will receive a
pro rata share of the minimum for the program. Awards will be based on
past perfromance and price. The evaluation factor for past performance
is slightly more important than price; however, price is still a
significant factor. All offerors are required to furnish references
with telephone numbers, points of contact, time of services, and dollar
value of agreement that demonstrate similar or same past performance in
the past three years. Offerors are required to submit a price proposal
that provides a percentage amount, the the offeror will use in
developing task order proposals that provides a percentage over the
Department of Labor (DoL) wage determination amounts for wages and
benefits. Wages and benefits are defined as the actual wage rate and
fringes. Offerors are required to indicate whether subcontractors will
be used in the performance of the task orders. In accordance with
52.212-5, paragraph (4), a subcontracting plan may be required. All
subsequent task order proposals shall be based on wages at rates no
higher than the rates reflected in the contract for DoL wages plus the
proposed percentage. Even though the contract(s) will reflect the
labor rates (percentage), individual task orders are expected to be
based on performance work statements and not reflect hours. The price
proposal submitted for this combined solicitation/notice shall address
the base period and the option periods. Task order proposals will be
evaluated on some combination of past performance, price, and/or
technical evaluations. Offers will be evaluated on past performance and
price for the contract. The Government intends to award a contract or
contracts resulting from this solicitaiton to the responsible
offeror(s) whose proposal(s) represents the best value to the
Government. The Government intends to evaluate proposals and award
without discussion; however, we reserve the right to hold discussions
if the contracting officer determines them necessary. The period of
performance is an 18 month base period and two 12 month option periods.
Inspection and acceptance shall be at place of performance. The DRMOs
are divided into 15 zones. Each offeror may offer on all zones, or on
a group of zones. No award will be made for less than a group. The
groups have four zones each, except the group containing West Zone 7,
which will contain three. Groups to be awarded are: Group A: Zones 1-4
East; Group B Zones 5-8 East; Group C: Zone 1-4 West; Group D: Zones
5-7 West. The zones are as follows: EAST ZONES: Zone 1: Rock Island IL;
Great Lakes IL; Sparta WI; Leonardwood MO; Whiteman MO; Scott IL;
Duluth MN; Memphis TN; Savanna IL. Zone 2: Battle Creek MI; Columbus
OH; Selfridge MI; Wright Patterson OH; Crane IN; Indianopolis IN; Blue
Grass KY; Knox KY; Cambell KY. Zone 3: Groton CT; Portsmouth NH;
Romulus NY; Drum NY; Westover MA; Brunswick ME; Tobyhanna PA; Picatinny
NJ; McGuire NJ; Philadeophia PA; Dover DE. Zone 4: Mechanicsburg PA;
Letterkenny PA; Aberdeen MD; Patuxent River MD; Meade MD; Belvoir VA;
Dahlgren VA; Quanico VA; Richmond VA; Williamsburg VA; Norfolk VA; St
Juliens VA. Zone 5: Goldsboro NC; Cherry Point NC; Beaufort SC; Jackson
SC; Shaw SC; Bragg NC; Lejeune NC Zone 6: Montgomery AL; Columbus MS;
Keesler MS; Rucker AL; Pensacola FL; Eglin FL; Tyndall FL. Zone 7:
Benning AL; Warner Robins GA; Albany GA; VAldosta GA; Forest Park GA;
Gordon GA; Stewart GA; Anniston AL; McClellan GA; Huntsville AL. Zone
8: Jacksonville FL; Mayport FL; Cecil Field FL; Kings Bay GA; Key West
FL; Tampa FL; Patrick FL; Canaveral FL; Homestead FL; Orlando FL. WEST
ZONES: Zone 1: Lewis WA; Whidbey WA; Fairchild WA; Hill UT; Ogden UT;
Mountain Home ID. Zone 2: Sierra CA; McClellan CA; Alameda CA; Stockton
CA; Travis CA; Port Hueneme CA; Vandenberg CA. Zone 3: Barstow CA; 29
Palms CA; China Lake CA; Edwards CA; El Toro CA; Long BEach CA; March
CA; San Diego CA; North Island CA; Pendleton CA; Nellis NV. Zone 4:
Great Falls MT; Grand Forks ND; Minot ND; Ellsworth SD; Offutt NB; F E
Warren WY; Colorado Springs CO; Denver CO; Riley KS; Leavenworth KS;
McConnel KS. Zone 5: Luke AZ; Yuma AZ; Tucson AZ; Huachuca AZ; Kirtland
NM; Cannon NM; Reese TX; Holloman NM; Bliss NM. Zone 6: Oklahoma City
OK; Chaffee AK; Sill OK; McAlester OK; Texarkana TX; Barksdale LA; Polk
LA; Little Rock AK; Pine Bluff AK. Zone 7: San Antonio TX; Laughlin TX;
Corpus Christi TX; Hood TX; Dyess TX; Sheppard TX During the next two
years, 49 DRMOs have been selected for closure. This information can be
found at www.drms.dla Public Affairs Section. The following
clauses/provisions apply: FAR 52.212-1 INSTRUCTIONS TO OFFERORS --
COMMERCIAL ITEMS (APR 1998) FAR 52.212-2 EVALUATION -- COMMERCIAL ITEMS
(OCT 1995) Paragraph (a) of the provision is completed as follows: Past
performance and price; past performance is slightly more important than
price; however, price is still a significant factor. FAR 52.212-3
OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (JAN
1997) A completed copy of this provision must be submitted with the
offerors proposal. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS --
COMMERCIAL ITEMS (APR 1998) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITESM
(APR 1998) The following blocks are x'd. (b) (1)-(4) and (b) (6)-(7);
(c)(1)-(3). FAR 52.228-5 INSURANCE -- WORK ON A GOVERNMENT INSTALLATION
(JAN 1997). Minimum insurance amounts are General Liability $500,000
per occurrence; Automobile Liability -- Comprehensive $200,000 per
person; Bodily Injury Liability $500,000 per occurrence. Property
Damage -- $ $20,000 per occurrence. FAR 52.216-18 ORDERING (OCT 1995)
Paragraph (a) is completed as follows: Date of the award of the first
task order through 42 months after award of the contracts. FAR
52.216-19 ORDER LIMITATIONS (OCT 1995) Paragraph (a) is completed as
follows; $500 per site. Paragraph (b)(1) is completed as follows: $5
million. Paragraph (b)(2) is completed as follows: $5 million.
Paragraph (b)(3) is completed as follows: 30 days. Paragraph (d) is
completed as follows: 5 days. FAR 52.216-22 INDEFINITE QUANTITY (OCT
1995), Paragraph (d) is completed with "due date stated in the final
task order". FAR 52.217-4 EVALUATION OF OPTIONS (JUL 1990) FAR 52.217-9
OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 1989) Paragraph (c) is
completed with: 42 months The clauses and provisions applicable to this
solicitation may be found at farsite.hill.af.mil/or they are available
by contacting Ms. Brankovich as cited below. This solicitation is not
rated under the Defense Priorities and Allocations Systems. Offers are
due no later than 4:30 p.m. Eastern Time, 21 days after publication of
this notice in the Commerce Business Daily (CBD). If 21 days after
publication falls on a Saturday, Sunday, or Federal Holiday, offers are
due by 4:30 p.m. on the next available business day. Offers shall be
mailed to DRMS-UPO, Attn: Ms. J. Brankovich; 74 N. Washington Ave;
BAttle Creek MI 49017-3092. One copy is required. Facsimile offers are
not acceptable. Direct questions to J. Brankovich, Contracting
Officer, DRMS=UPO at fax (616)961-4474 or e-mail
jbrankovich@drms.dla.mil. Telephone inquiries will not be accepted.
(0139) Loren Data Corp. http://www.ld.com (SYN# 0055 19980521\M-0003.SOL)
M - Operation of Government-Owned Facilities Index Page
|
|