SOLICITATION NOTICE
J -- Contractor to install Government furnished crossbars to protect in-rack sprinkler heads. - Package #1
- Notice Date
- 1/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-11-Q-0063
- Point of Contact
- Judith A. Erickson, Phone: 7177707442
- E-Mail Address
-
judith.erickson@dla.mil
(judith.erickson@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Photographs of Crossbars Statement of Work The DLA Distribution Susquehanna, PA (DDSP) has a requirement for a Contractor to install Government furnished crossbars to protect in-rack sprinkler heads. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) 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 issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-11-Q-0063. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-49 effective 24 Jan 2011 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20110120 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2010-40. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This acquisition is 100% Small Business set-aside. The NAICS code applicable to this acquisition is 811310 and the small business size standard is $7M. The attached Department of Labor Wage Determination No. 2005-2455, Rev. No. 11 dated 8/17/2010 is applicable to this acquisition. LOCATION: DLA Distribution Susquehanna (DDSP) Bldg 2001, New Cumberland, PA 17070. The following project description is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. ITEM 0001 PERIOD OF PERFORMANCE 31 MARCH 2011 THROUGH 31 MAY 2011 PROJECT DESCRIPTION:CONTRACTOR SHALL PROVIDE ALL SUPERVISION, LABOR, EQUIPMENT, TOOLS AND SUPPLIES (OTHER THAN THOSE DESIGNATED AS GOVERNMENT FURNISHED) REQUIRED TO INSTALL APPROXIMATELY 6,000 GOVERNMENT FURNISHED CROSSBARS TO PROTECT IN-RACK SPRINKLER HEADS LOCATED IN A WAREHOUSE HIGH RISE STORAGE RACK AREA AT DDSP IN ACCORDANCE WITH THE STATEMENT OF WORK. (PHOTOGRAPHS OF CROSSBARS PROVIDED IN ATTACHMENTS). PRICE QUOTED FOR THE JOB: $_______________________ Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Payment for supplies under this order will be made by the Acquisition Operations Office via the Government Purchase Card (VISA). NOTE: Since all payments under this purchase order will be made via the Government Purchase Card, the Contractor must accept the VISA Credit Card for payment of all supplies ordered under this purchase order. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (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 FAR 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 counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) SITE VISIT Contractors are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for: February 10, 2011 at 10:00AM. (c) Participants will meet at: Visitors Gate and proceed to Building 2001. Refer to specific instructions provided in order to ensure that proper documentation is submitted to the Government prior to the site visit. BE ADVISED: Only one site visit will be held. All prospective offerors and subcontractors interested in visiting the site should be available at the above date/time. Name: Judy Erickson, Contract Specialist Address: DLA Distribution Susquehanna, New Cumberland, PA Telephone: 717-770-7442 Name: Dave Schreffler Address: DLA Distribution Susquehanna, New Cumberland, PA Telephone: 717-770-4513 (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes 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. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. 3. Contractors shall submit information from three (3) sources that clearly indicate they have satisfactorily provided the same or similar services commercially or to the Government within the last three (3) years. This information shall include: a. Contract Number b. Point of Contact c. Telephone Number d. Dollar Amount of Contract e. Brief description of services provided Note: This information shall be used to determine technical acceptability. The Government will evaluate this information on an acceptable/unacceptable basis. Evaluation of this information will be a subjective assessment based on consideration of all relevant facts and circumstances. EVALUATION OF QUOTATIONS: The Government intends to evaluate quotes in response to this quotation in accordance with FAR 13.106-2. Award will be made to the lowest price technically acceptable contractor. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraphs (b)and (c) the following clauses apply: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-41 Service Contract Act of 1965 FAR 52.222.42 Statement of Equivalent Rate for Federal Hires FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-36 Payments by Third Party DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.225-7036 Buy American Act-Free Trade Agreement-Balance of Payments Program ALT I DFARS 252.247-7023 Transportation of Supplies by Sea Offerors responding to this announcement shall submit their quotations via FAX to Judy Erickson, 717-770-7442 or e-mail to Judith.Erickson@dla.mil. All quotes must be received by February 28, 2011 AT 3:30 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-11-Q-0063/listing.html)
- Place of Performance
- Address: DLA Distribution Susquehanna (DDSP) Bldg 2001, New Cumberland, PA 17070, new Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN02369170-W 20110130/110128234411-3c50bb41b1f76f552389bf715fd9edd9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |