Combine Solicitation – MHE Maintenance for DDRT
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: MHE Maintenance for DDRT
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: SP3300-15-Q-0084
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): DLA DISTRIBUTION CORPUS CHRISTI540 FIRST STREET SE BLDG 1846 CORPUS CHRISTI TX 78419-5255
Place of Performance (zipcode): 78419-5255
Place of Performance Country: US
Description:
DLA Acquisition Locations
DLA Distribution
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlines Procedures for Evaluation and Solicitation for Commercial Items in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5
3. This Request for Quotation (RFQ) is being issued to establish a hybrid firm-fixed price and time and materials contract for preventative maintenance (scheduled) and remedial maintenance (unscheduled) services to provide all labor, materials, tools, equipment and supervision necessary to perform on Government owned Ferro, Hobar, Presto Exide, Myers, WRKSA, Crown, Raymond, Lando, Hyster, Taylor, Clark and other various material Handling Equipment at DLA Distribution
4. This RFQ will be awarded on small business set-aside basis. The North American Industry Classification System (NAICS) code for this project is 811310 and the size standard is
5. Period of Performance shall be on or about as follows: Base Year:
6. Delivery Schedule Desired Delivery: Within 21 calendar days after the effective date of the delivery order. Required Delivery: Within 30 calendar days after the effective date of the delivery order.
7. Insurance: Any required insurance certifications must be submitted to the Contracting Officer within ten (10) days after the date of contract award as referenced in FAR 52.228-5 and under Special Contract Requirements.
8. The offeror must complete the certification of the accounting system found in Attachment 6. Failure to provide the certification will eliminate the offeror from consideration for award. The offeror shall also provide a description of the accounting system in this quote which demonstrates the ability of the vendor adhere with 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." 9. INVOICING AND PAYMENT - Invoicing and Payment will be made via WAWF. See DFARS Clause 252.232-7006 found page 13 of the RFQ. Billing shall be made monthly in arrears. Invoices shall contain all required price and cost documentation, as applicable. Invoices shall be neat and legible and clearly state the labor hours, repair parts and associated costs, and any other required information, as applicable.
The COR shall enter the Preventive maintenance (PM) and Remedial Maintenance (RM) invoice data into EMACS prior to certified invoice. 10. CONTRACT PRICING: CLINs X00AE, X00AF and X00AG are time and material CLINs. Reference FAR 52.214-4 Alt I, the contractor shall be reimbursed for actual hours incurred only. The contractor shall not exceed the
11. WAGE DETERMINATION: This requirement is subject to the Service Contract Act. Wage determination No. 2005-2507, Revision No. 16, dated
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:
Heavy Equipment Mobile Mechanic =
12. 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: _________________________________ _________________________________ _________________________________ Point of contact: __________________________________ Telephone: _________________________________ CAGE Code: _________________________________ EMAIL __________________________________
SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, 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 Internet at http://www.sam.gov.
13. Questions shall be submitted in writing via e-mail to:
14. Proposal Due Date: See FAR 52.212-1 below
15. 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 personal 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 - Schedule of Supplies (PDF) Attachment 2 - Schedule of Supplies (
16. Work Performed at DLA DISTRIBUTION
For transportation assistance see DLAD 52.247-9034. For First Destination Transportation (FDT) awards see DLAD 52.247-9059 and contract instructions instead.
ORIGANIZATIONAL 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
DAMAGE TO CONTRACTOR SUPPLIES, MATERIALS, EQUIPMENT, AND PROPERTY The Government will not be responsible in any way for damages to the Contractor's supplies, materials, equipment, and property or to contractor or employees' personal belongings that are caused by fire, theft, accident, or other disaster/misfortune. The term "Contractor" includes subcontractors.
EMPLOYMENT OF US GOVERNMENT PERSONNEL RESTRICTED In performing this contract, the Contractor shall not use as a consultant or employ (on either a full or part time basis) any active duty
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. 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.
SUBMISSION OF SERVICE/DELIVERY SLIPS Service verification slips must be delivered to the Technical POC/Contracting Officer's Representative (COR) following each on-site visit within one business day. Verification slips shall include the contract number, person's name who performed the service, date of time of performance, duration of service, and the tasks performed. All verification slips must be signed by an authorized person for whom the service was performed. Failure to comply will result in a delay in payment.
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.
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 supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes.
Questions shall be submitted in writing via e-mail to [email protected].
The Government is not soliciting for the "same old way" of doing business. 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.
DESIGNATION OF COR/ALTERNATE COR (a) The Contracting Officer (KO) will designate a COR/Alternate COR for this contract in writing prior to award of this order or contract. The COR/Alternate COR is responsible for monitoring progress and overall management of Contractor performance hereunder. In no event, however, shall any understanding or agreement, modification, change order, or other matter deviating from the terms of subject contract between the Contractor and any person other than the KO be effective or binding upon the Government, unless formalized by proper contractual documents executed by the KO prior to completion of this contract.
(b) On all matters that pertain to contract terms, the Contractor shall contact the KO. When, in the opinion of the Contractor, the COR/Alternate COR requests effort outside the existing scope of the order or contract, the Contractor shall promptly notify the KO in writing. The Contractor under such request shall take no action unless authorized by the KO that the request is within the scope of the contract or the KO has issued a contractual modification.
CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) REQUIREMENTS (a) The contractor, in performing this contract, will be subject to a past performance assessment in accordance with FAR 42.15 and the Contractor Performance Assessment Reporting System (CPARS) training materials can be found at http://www.cpars.csd.disa.mil/allapps/cpartrng/documents/CPARS%20Presentation.pdf. All information contained in the assessment may be used by the Government, within the limitations of FAR 42.15, for future source selections in accordance with FAR 15.304 where past performance is an evaluation factor. Assessments will be conducted as prescribed by CPARS guidance.
(b) The contractor will be provided with a copy of the assessment. The contractor will have 30 calendar-days to submit comments, additional information, or rebut statements if warranted or desired. The contractor must strictly control access to the assessment while in the Contractor's possession and must ensure that the assessment is never released to persons or entities outside of the contractor's control. After receipt of Contractor's comments or expiration of the 30 day comment period, whichever occurs first, and depending on the Contractor's response the Government will:
(1) If no comments are received; close the CPAR by the Assessing Official Rep and Reviewing Official; (2) If the Contractor concurs with the assessment; accept/update and close the CPARS and forward comments to all reviewers; (3) If Contractor does not concur with the assessment, coordinate a final response with Reviewing Official, Assessing Official Representative, and Assessing Official;. (4) Enter the final government response and close CPARS.
(c) After completion of one of the appropriate actions, the Assessing Official will notify all individuals that the report is complete. The assessment is considered complete when signed by the Assessing or Reviewing Official.
(d) The official responsible for the corporate operating unit being assessed can submit a written request to receive a copy of the completed CPARS assessment. The assessment is not subject to the Disputes clause of the contract, nor is it subject to appeal beyond the review and comment procedures described above and in the CPARS Guide.
(e) Refer to http://www.cpars.csd.disa.mil/ for details and additional information related to CPARS, CPARS user access (which includes obtaining a PKI certificate), how contract performance assessments are conducted, and how contractors participate. INSURANCE The Contractor shall, at its own expense, provide and maintain during the entire period of any resulting contract, including any extensions granted by contract modification, at least the kinds and minimum amounts of insurance noted here:
Workers' Compensation and Employer's Liability -
General Liability-
Automobile Liability - Property damage
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.
SCHEDULE OF SUPPLIES/SERVICES
SEE ATTACHMENT 1 or 2 - SCHEDULE OF SUPPLIES/SERVICES (BASE YEAR PRICING, OPTION YEAR 1 PRICING, AND OPTION YEAR 2 PRICING)
Additional applicable clauses incorporated by reference: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May, 2015), Addenda to 52.212-4; the following clauses apply:
FAR 52.204-04 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (
DFARS 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (
DLAD 52.212-9000 CHANGES - MILITARY READINESS (
Clauses incorporated by full text: FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (
(2) Total cost. It is estimated that the total cost to the Government for the performance of this contract shall not exceed the ceiling price set forth in the Schedule and the Contractor agrees to use its best efforts to perform the work specified in the Schedule and all obligations under this contract within such ceiling price. If at any time the Contractor has reason to believe that the hourly rate payments and material costs that will accrue in performing this contract in the next succeeding 30 days, if added to all other payments and costs previously accrued, will exceed 85 percent of the ceiling price in the Schedule, the Contractor shall notify the Contracting Officer giving a revised estimate of the total price to the Government for performing this contract with supporting reasons and documentation. If at any time during the performance of this contract, the Contractor has reason to believe that the total price to the Government for performing this contract will be substantially greater or less than the then stated ceiling price, the Contractor shall so notify the Contracting Officer, giving a revised estimate of the total price for performing this contract, with supporting reasons and documentation. If at any time during performance of this contract, the Government has reason to believe that the work to be required in performing this contract will be substantially greater or less than the stated ceiling price, the Contracting Officer will so advise the Contractor, giving the then revised estimate of the total amount of effort to be required under the contract. (3) Ceiling price. The Government will not be obligated to pay the Contractor any amount in excess of the ceiling price in the Schedule, and the Contractor shall not be obligated to continue performance if to do so would exceed the ceiling price set forth in the Schedule, unless and until the Contracting Officer notifies the contractor in writing that the ceiling price has been increased and specifies in the notice a revised ceiling that shall constitute the ceiling price for performance under this contract. When and to the extent that the ceiling price set forth in the Schedule has been increased, any hours expended and material costs incurred by the Contractor in excess of the ceiling price before the increase shall be allowable to the same extent as if the hours expended and material costs had been incurred after the increase in the ceiling price. (4) Access to records. At any time before final payment under this contract, the Contracting Officer (or authorized representative) will have access to the following (access shall be limited to the listing below unless otherwise agreed to by the Contractor and the Contracting Officer): (i) Records that verify that the employees whose time has been included in any invoice met the qualifications for the labor categories specified in the contract. (ii) For labor hours (including any subcontractor hours reimbursed at the hourly rate in the schedule), when timecards are required as substantiation for payment- (A) The original timecards (paper-based or electronic); (B) The Contractor's timekeeping procedures; (C) Contractor records that show the distribution of labor between jobs or contracts; and (D) Employees whose time has been included in any invoice for the purpose of verifying that these employees have worked the hours shown on the invoices. (iii) For material and subcontract costs that are reimbursed on the basis of actual cost- (A) Any invoices or subcontract agreements substantiating material costs; and (B) Any documents supporting payment of those invoices. (5) Overpayments/Underpayments. Each payment previously made shall be subject to reduction to the extent of amounts, on preceding invoices, that are found by the Contracting Officer not to have been properly payable and shall also be subject to reduction for overpayments or to increase for underpayments. The Contractor shall promptly pay any such reduction within 30 days unless the parties agree otherwise. The Government within 30 days will pay any such increases, unless the parties agree otherwise. The Contractor's payment will be made by check. If the Contractor becomes aware of a duplicate invoice payment or that the Government has otherwise overpaid on an invoice payment, the Contractor shall- (
http://www.arnet.gov/far http://farsite.hill.af.mil (End of Clause)
252.225-7048 - Export-Controlled Items (
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
Employee Class Monetary Wage -- Fringe Benefits Heavy Equipment Mobile Mechanic
_X__ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (
DLAD 52.247-9012 Requirements for Treatment of Wood Packaging Material (WPM) (
SOLICITATION PROVISIONS
FAR 52.212-1 Instructions to Offerors - Commercial Items (
FAR 52.212-2 Evaluation (
1. CERTIFICATION OF OFFEROR'S ACCOUNTING SYSTEM IAW FAR 16.104(i) as provided at Attachment 5 2. Past Performance Evaluation as provided at Attachment 8
FAR 52.209-7 - Information Regarding Responsibility Matters (
Far 52.215-22 Limitations on Pass-Through Charges-Identification of Subcontract Effort (
FAR 52.216-1 - TYPE OF CONTRACT (
FAR 52.216-31 TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL REQUIREMENTS-COMMERCIAL ITEM ACQUISITION (
(1) The offeror; (2) Subcontractors; and/or (3) Divisions, subsidiaries, or affiliates or the offeror under a common control.
(End of Provision) FAR 52.233-2 - SERVICE OF PROTEST (
DLAD 52.215-9023 Reverse Auction (
DLAD 52.233-9000 AGENCY PROTESTS (
52.212-3 -- Offeror Representations and Certifications -- Commercial Items (
Link/URL: https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-15-Q-0084/listing.html
Highmark Launches Cheaper – But Highly Restrictive – Health Plan
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News