Combine Solicitation – Preventative and Remedial Maintenance of Vindicator Security System at DLA Distribution Hill, Utah
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Preventative and Remedial Maintenance of Vindicator Security System at DLA Distribution Hill,
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: SP330016Q0205
Contact:
Setaside: N/AN/A
Place of Performance Country: US
Description:
DLA Acquisition Locations
DLA Distribution
NOTICE TO OFFERORS 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Simplified Procedures for Certain Commercial Items. 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 SP3300-16-Q-0205. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-87 effective
4. This RFQ is solicited as an unrestricted basis. The North American Industry Classification System (NAICS) code for this project is 561621 and the size standard is
5. Period of Performance shall be on or about as follows: Base Year:
6. This requirement is subject to the Service Contract Act. Wage Determination No. 2005-2531 Revision No. 17 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 equivalent to this position is as follows: Electrical Installation and Maintenance Electrician =
7. A technical package is required from all offerors and shall be provided with the quotes. Please pay special attention to the Instructions to Offerors starting on page 20. The instructions require various items of documentation to submit with your quote. The evaluation criteria, starting on page 23, explains how offeror's quote will be evaluated for acceptability/unacceptability.
8. The offeror must complete the certification of the accounting system found in Attachment 7. 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 Wide Area WorkFlow. See DFAR Clauses 252.232-7006 and 252.232-7003 found on page 13 the RFQ.
10. 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.
11. CONTRACT PRICING: CLINs 0004, 0005, 1003, 1004, 2003, 2004 are time and material CLINs. Reference FAR 52.214-4 Alt I, the contractor shall be reimbursed for actual hours incurred only for repair services. The contractor shall not exceed the
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: _________________________________ _________________________________ _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ EMAIL __________________________________
13. 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
14. 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. 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.
15. 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.
16. 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. The Government encourages quotes 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.
Unit of Issue: MO = Month UN = Unit/Lot YR = Year
Attachments: Attachment 1 - Performance Work Statement Attachment 2 - DLA Distribution Hill, Utah Equipment Inventory List Attachment 3 - DoL Wage Determination 2005-2531 Revision No. 17 dated
SCHEDULE OF SUPPLIES/SERVICES
SEE ATTACHMENT 6 - SCHEDULE OF SUPPLIES/SERVICES (BASE YEAR PRICING, OPTION YEAR 1 PRICING, AND OPTION YEAR 2 PRICING)
Addenda to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (
DFARS 252.247-7024 -- NOTIFICATION OF TRANSPORTATION OF SUPPLIES BY SEA (
Clauses incorporated by full text: FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (
http://www.arnet.gov/far http://farsite.hill.af.mil (End of Clause)
DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
ADDENDA TO FAR 52.212-1 INSTRUCTION TO OFFERORS - COMMERCIAL ITEMS (
The following three (3) paragraphs under referenced provision 52.212-1 are hereby deleted: (d) Product samples (e) Multiple offers (h) Multiple awards
QUOTE SUBMISSION INSTRUCTIONS: Questions shall be submitted by electronic mail to the Acquisition Specialist,
The hour and date for receipt of quotes is
Offerors must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.
QUOTE MUST HAVE THIS STATEMENT IN THE FOOTER OR HEADER OF EACH PAGE: SOURCE SELECTION INFORMATION SEE FAR 2.101 AND 3.104. 1. ORGANIZATION/NUMBER OF COPIES: The Offeror shall prepare the quote in the English language as set forth in the Quote Organization Table below. The titles and contents for each volume are defined below. A Table of Contents for each volume is required. Quote shall be submitted as three separate Volumes (electronic files) as follows: (1) Volume I Price Quote (Electronic File): 1. Signed and dated quote with all required fill-ins completed. Included Company CAGE code, Company name, address, telephone number, e-mail address, FAX number; and Solicitation number. 2. Completed Attachment 6 - Schedule of Supplies/Services for base year and two (2) option years in EXCEL file Workbook format. Prices must be rounded to two decimal points. NOTES: One soft copy of the completed Schedule of Supplies/Services for Base Year and Two Option Years in EXCEL file Workbook format provided with this RFQ. EXCEL Workbook contains three (3) worksheets, one for each year of period of performance. EXCEL spreadsheets contain formulas for calculating the total price per
2. TECHNICAL CAPABILITY The Offeror shall provide
(End of Provision) The following provisions are hereby added in full text: Addenda to FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (
Failure to provide a complete, detailed, realistic, and reasonable quote may reflect a lack of understanding of the requirements and may result in a determination that the Offeror's quote is unacceptable. The Government does not assume a duty to search for clarification data to cure problems or inconsistencies with an Offeror's quote. Evaluations will be on a Pass/Fail basis. A failure in any one of the above requirements constitutes a failure for factor 1 and will not be further evaluated.
FACTOR 2 - PAST PERFORMANCE This standard is based upon the offeror's ability to substantiate credible examples of past performance associated with their commercial and Government offerings, inclusive of delivery, schedule compliance, product quality, and overall customer satisfaction. Offerors shall send the Past Performance Questionnaires provided in Attachment 8 of this RFQ to at least three (3) references to complete regarding the offeror's past performance. Questionnaires must be submitted to the Acquisition Specialist, Ms.
The Government will evaluate the offeror's Past Performance record to determine acceptability of a quote as follows: Past Performance shall be evaluated on an Acceptable/Unacceptable basis. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable". The offeror will be evaluated on how well the contractor performed on the recent and relevant contracts submitted in the Past Performance quote. The offeror will be evaluated on the past performance record provided as part of the quote and any other relevant past performance information obtained from other sources which may include: Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers, and Fee Determining Officials; responses received from the Past Performance Questionnaire; and the
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 (
FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
(a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) DLAD 52.233-9000 AGENCY PROTESTS (
(a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the Contractor (see Federal Acquisition Regulation (FAR) clause 52.233-1), or, for the Agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal. Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) The offeror should check here to opt out of this clause: [ ] Alternate wording may be negotiated with the Contracting Officer. ( End of provision ) FAR 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR2016) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision. (a) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of
Link/URL: https://www.fbo.gov/spg/DLA/J3/DDC/SP330016Q0205/listing.html
Combine Solicitation – automated utility plant control
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News