SOLICITATION NOTICE
J -- MATERIAL HANDLING EQUIPMENT (MHE) PREVENTIVE (PM) AND REMEDIAL MAINTENANCE (RM) SERVICES FOR DLA DISTRIBUTION TOBYHANNA, PA - Equipment Inventory List - Statement of Work (SOW) - Equipment Management and Control System (EMACS) Maintenance Work Order - Wage Determination - DLA Form 1730 - Vehicle Technical Inspection for Equipment - Maintenance Task List
- Notice Date
- 7/25/2012
- 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
- SP330012Q0100
- Archive Date
- 9/14/2012
- Point of Contact
- Angel D. Maldonado-Rodriguez, Phone: 7177704074
- E-Mail Address
-
angel.maldonado@dla.mil
(angel.maldonado@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment #3 - Maintenance Task List Attachment #5 - DLA Form 1730 - Vehicle Technical Inspection for Equipment Attachment #6 - Wage Determination Attachment #4 - Equipment Management and Control System (EMACS) Maintenance Work Order Sample Attachment #1 - Statement of Work Attachment #2 - DLA Distribution Tobyhanna, PA Equipment Inventory List DLA Distribution Tobyhanna, PA (DDTP) has a requirement to purchase Preventive Maintenance (PM-scheduled) and Remedial Maintenance (RM-unscheduled) Support Services for Material Handling Equipment located at DLA Distribution Tobyhanna, PA (DDTP). 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP330012Q0100. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 May 2012 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120629 (Effective 29 Jun 2012) Edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2012-42. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. NOTE: This solicitation is unrestricted. The North American Industry Classification System (NAICS) code applicable to this acquisition is 811310 and the size standard is $7.0 million. The service consists of the following: PERIOD OF PERFORMANCE: Date of contract award through one (1) year with two (2) one (1) year option periods. The Government reserves the right to exercise the option years in accordance with FAR 52.217-9 - Option to Extend the Term of the Contract. SCHEDULE OF SUPPLIES/SERVICES The Contractor shall provide all labor, equipment, tools, materials, replacement parts, transportation, transportation permits, personnel and supervision necessary to perform Preventive Maintenance (PM) and Remedial Maintenance (RM) on Government owned equipment located at DLA Distribution Tobyhanna, PA complete and in accordance with (IAW) the terms and conditions specified in the attached Statement of Work (SOW). Reference the Equipment Inventory List (Attachment #2) for a list of equipment, brands, models and quantities. BASE YEAR CLIN 0001 - Firm fixed price line Semi-Annual Preventive Maintenance Services for Government Owned Material Handling Equipment located at DLA Distribution Tobyhanna, PA 0001 AA 3 Raymond Turret Trucks model 537CSR Semi-Annual Preventive Maintenance: $_________ per unit = $_________ Total per semester (3 units) X 2 Semesters (semi-annual) = $_________ Total for the year 0001 AB 3 Crown Stock Selector model SP3505-30 Semi-Annual Preventive Maintenance: $_________ per unit = $_________ Total per semester (3 units) X 2 Semesters (semi-annual) = $_________ Total for the year 0001 AC 1 Crown Turret Truck model TSP6000-30 Semi-Annual Preventive Maintenance: $_________ per unit = $_________ Total per semester (1 unit) X 2 Semesters (semi-annual) = $_________ Total for the year $______________ TOTAL PM PRICE FOR BASE YEAR CLIN 0002 - Time and Materials line Labor to perform equipment repair in conjunction with Remedial Maintenance. The number of hours shown is an estimate only. Contractor will only be paid for the actual number of hours worked. The government estimates 300 hours for repairs during the period of performance (base year). Estimated 300 hours @ $_________ per hour (hourly rate) = $_________ for the year CLIN 0003 - Time and Materials line Labor to perform Technical Inspections in accordance with paragraph 3.0 of the Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid for the actual number of hours worked. The government estimates 10 hours for technical inspections during the period of performance (base year). Estimated 10 hours @ $_________ per hour (hourly rate) = $_________ for the year CLIN 0004 - Firm fixed price line Off-site major repairs transportation cost (as approved by the Gov't POC) Contractor shall be reimbursed for actual transportation costs. Government estimates 4 round trips for off-site repairs during the period of performance Round trip cost for off-site repair: $_________ per round trip x 4 times (estimated) = $_________ for the year TOTAL FOR BASE YEAR (CLIN 0001 THROUGH CLIN 0004): $__________ CLIN 0005 - Time and Materials line Replacement Parts required for equipment repairs in conjunction with Remedial Maintenance. Contractor will be paid for the actual dollars used. (THIS IS A NON - PRICE LINE ITEM) THIS NOT TO EXCEED AMOUNT WILL BE DETERMINED BY THE GOVERNMENT AND WILL NOT BE PART OF THE EVALUATION. OPTION YEAR 1 The Contractor shall provide all labor, equipment, tools, materials, replacement parts, transportation, transportation permits, personnel and supervision necessary to perform Preventive Maintenance (PM) and Remedial Maintenance (RM) on Government owned equipment located at DLA Distribution Tobyhanna, PA complete and in accordance with (IAW) the terms and conditions specified in the Statement of Work (SOW). Reference the Equipment Inventory List (Attachment #2) for a list of equipment, brands, models and quantities. CLIN 1001 - Firm fixed price line Semi-Annual Preventive Maintenance Services for Government Owned Material Handling Equipment located at DLA Distribution Tobyhanna, PA 1001 AA 3 Raymond Turret Trucks model 537CSR Semi-Annual Preventive Maintenance: $_________ per unit = $_________ Total per semester (3 units) X 2 Semesters (semi-annual) = $_________ Total for the year 1001 AB 3 Crown Stock Selector model SP3505-30 Semi-Annual Preventive Maintenance: $_________ per unit = $_________ Total per semester (3 units) X 2 Semesters (semi-annual) = $_________ Total for the year 1001 AC 1 Crown Turret Truck model TSP6000-30 Semi-Annual Preventive Maintenance: $_________ per unit = $_________ Total per semester (1 unit) X 2 Semesters (semi-annual) = $_________ Total for the year $______________ TOTAL PM PRICE FOR OPTION YEAR 1 CLIN 1002 - Time and Materials line Labor to perform equipment repair in conjunction with Remedial Maintenance. The number of hours shown is an estimate only. Contractor will only be paid for the actual number of hours worked. The government estimates 300 hours for repairs during the period of performance (Option Year 1). Estimated 300 hours @ $_________ per hour (hourly rate) = $_________ for the year CLIN 1003 - Time and Materials line Labor to perform Technical Inspections in accordance with paragraph 3.0 of the Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid for the actual number of hours worked. The government estimates 10 hours for technical inspections during the period of performance (Option Year 1). Estimated 10 hours @ $_________ per hour (hourly rate) = $_________ for the year CLIN 1004 - Firm fixed price line Off-site major repairs transportation cost (as approved by the Gov't POC) Contractor shall be reimbursed for actual transportation costs. Government estimates 4 round trips for off-site repairs during the period of performance Round trip cost for off-site repair: $_________ per round trip x 4 times (estimated) = $_________ for the year TOTAL FOR OPTION YEAR 1 (CLIN 1001 THROUGH CLIN 1004): $__________ CLIN 1005 - Time and Materials line Replacement Parts required for equipment repairs in conjunction with Remedial Maintenance. Contractor will be paid for the actual dollars used. (THIS IS A NON - PRICE LINE ITEM) THIS NOT TO EXCEED AMOUNT WILL BE DETERMINED BY THE GOVERNMENT AND WILL NOT BE PART OF THE EVALUATION. OPTION YEAR 2 The Contractor shall provide all labor, equipment, tools, materials, replacement parts, transportation, transportation permits, personnel and supervision necessary to perform Preventive Maintenance (PM) and Remedial Maintenance (RM) on Government owned equipment located at DLA Distribution Tobyhanna, PA complete and in accordance with (IAW) the terms and conditions specified in the Statement of Work (SOW). Reference the Equipment Inventory List (Attachment #2) for a list of equipment, brands, models and quantities. CLIN 2001 - Firm fixed price line Semi-Annual Preventive Maintenance Services for Government Owned Material Handling Equipment located at DLA Distribution Tobyhanna, PA 2001 AA 3 Raymond Turret Trucks model 537CSR Semi-Annual Preventive Maintenance: $_________ per unit = $_________ Total per semester (3 units) X 2 Semesters (semi-annual) = $_________ Total for the year 2001 AB 3 Crown Stock Selector model SP3505-30 Semi-Annual Preventive Maintenance: $_________ per unit = $_________ Total per semester (3 units) X 2 Semesters (semi-annual) = $_________ Total for the year 2001 AC 1 Crown Turret Truck model TSP6000-30 Semi-Annual Preventive Maintenance: $_________ per unit = $_________ Total per semester (1 unit) X 2 Semesters (semi-annual) = $_________ Total for the year $______________ TOTAL PM PRICE FOR OPTION YEAR 2 CLIN 2002 - Time and Materials line Labor to perform equipment repair in conjunction with Remedial Maintenance. The number of hours shown is an estimate only. Contractor will only be paid for the actual number of hours worked. The government estimates 300 hours for repairs during the period of performance (Option Year 2). Estimated 300 hours @ $_________ per hour (hourly rate) = $_________ for the year CLIN 2003 - Time and Materials line Labor to perform Technical Inspections in accordance with paragraph 3.0 of the Statement of Work. The number of hours shown is an estimate only. Contractor will only be paid for the actual number of hours worked. The government estimates 10 hours for technical inspections during the period of performance (Option Year 2). Estimated 10 hours @ $_________ per hour (hourly rate) = $_________ for the year CLIN 2004 - Firm fixed price line Off-site major repairs transportation cost (as approved by the Gov't POC) Contractor shall be reimbursed for actual transportation costs. Government estimates 4 round trips for off-site repairs during the period of performance Round trip cost for off-site repair: $_________ per round trip x 4 times (estimated) = $_________ for the year TOTAL FOR OPTION YEAR 2 (CLIN 2001 THROUGH CLIN 2004): $__________ GRAND TOTAL (BASE YEAR, OPTION YEAR 1 AND OPTION YEAR 2): $____________ CLIN 2005 - Time and Materials line Replacement Parts required for equipment repairs in conjunction with Remedial Maintenance. Contractor will be paid for the actual dollars used. (THIS IS A NON - PRICE LINE ITEM) THIS NOT TO EXCEED AMOUNT WILL BE DETERMINED BY THE GOVERNMENT AND WILL NOT BE PART OF THE EVALUATION. PERFORMANCE ADDRESS: DLA Distribution Tobyhanna, PA Myers & 2nd St. Tobyhanna, PA 18466-5059 Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. PREFERRED METHOD OF PAYMENT IS GOVERNMENT CREDIT CARD: DO YOU ACCEPT A CREDIT CARD? YES_____ NO ______ 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. Service Contract Act Wage Determination No. 2005-2453, Revision No. 12 dated 06/13/2012 applies to this acquisition, and will be incorporated into the resulting purchase order. A copy of the Wage Determination is included with this solicitation as Attachment #6. The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-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. FAR 52.204-7 Central Contractor Registration FAR 52.215-5 Facsimile Proposals FAR 52.216-1 Type of Contract The Government contemplates the award of a firm-fixed price contract with time and materials lines. FAR 52.216-31 Time and Materials/Labor Hour Proposal Requirements -Commercial Item Acquisition FAR 52.252-1 Solicitation Provisions Incorporated by Reference DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.232-7010 Levies on Contract Payments DLAD 52.233-9000 AGENCY PROTESTS (NOV 2011) Companies protesting this procurement may file a protest (1) with the contracting officer, (2) with the Government Accountability Office (GAO), or (3) pursuant to Executive Order Number 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. (b) Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order Number 12979." (Note: Defense Logistics Agency (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 process 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) (NOV 2011) (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 52.217-9 - OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three years. (End of Clause) 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) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Unit price and extended prices for all CLINS (Base Year and Option Years). (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) (6) Past performance information from three (3) sources that clearly indicate that offeror has satisfactorily performed Preventive Maintenance (PM) and Remedial Maintenance (RM) services on the same or similar equipment commercially or for the Government within the past three (3) years (refer to FAR 13.106-2 Evaluation of Quotations or Offers below). 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 quote 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 quote or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 Evaluation of Quotations or Offers. The Government intends to award one purchase order as a result of this Request for Quote. Award will be based on the total overall lowest price for all CLINS (including Base Year, Option Year 1 and Option Year 2) quoted which meets the technical acceptability standards. The following criteria shall be used to establish technical acceptability: Submittal by the offerors of past performance information from three (3) sources that clearly indicate they have satisfactorily performed Preventive Maintenance and Remedial Maintenance services on the same or similar equipment commercially or for the Government within the past three (3) years. This information shall include the following: a. Contract Number b. Point of Contact c. Telephone Number d. Dollar Amount of Contract e. Brief description of type of service provided In order to be considered for award, an offer must be provided for all CLINS. Award will be based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for the non-cost factors. Contractor Past Performance: This factor shall be evaluated for acceptability only on a pass/fail basis and shall not be rated. An offeror who has been found to have a satisfactory past performance history will then have its offer evaluated for the lowest price. The Government is not limited to the information provided above, but reserves the right to independently seek past performance information through open market contacts, government systems, and other government agencies. Options - The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base year. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.219-28 Post Award Small Business Program Representation 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 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.232-36 Payment by Third Party FAR 52.222-41 Service Contract Act FAR 52.222-42 Statement of Equivalent Rates for Federal hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits Heavy Equipment Mechanic - WG10 $20.90 Automotive Electrician - WG09 $20.29 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7036 Buy American - Free Trade Agreements with Alternate I DFARS 252.247-7023 Transportation of Supplies by Sea with Alternate III The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR). Clauses have been incorporated by reference. Wage Determination No. 2005-2453, Revision No. 12 dated 06/13/2012 is applicable to this solicitation. Note: 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 and services prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. Offerors responding to this announcement shall submit their quotations via FAX to Angel Maldonado, 717-770-7591 or e-mail to angel.maldonado@dla.mil. All quotes must be received by AUGUST 10, 2012 AT 3:30 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330012Q0100/listing.html)
- Place of Performance
- Address: DLA Distribution Tobyhanna, Tobyhanna, Pennsylvania, 18466-5059, United States
- Zip Code: 18466-5059
- Zip Code: 18466-5059
- Record
- SN02815044-W 20120727/120726000114-7e4cd813526a9f54e01313253d171a53 (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 |