Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2012 FBO #3991
SOLICITATION NOTICE

S -- SNOW AND ICE REMOVAL SERVICES FOR DLA DISTRIBUTION NORFOLK, VA - Technical Exhibit (TE) 2 - Wage Determination - Technical Exhibit (TE) 1 - Technical Exhibit (TE) 4 - Technical Exhibit (TE) 3 - Technical Exhibit (TE) 5 - Performance Work Statement (PWS) - Technical Exhibit (TE) 6

Notice Date
10/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
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
SP330013Q0003
 
Archive Date
12/5/2012
 
Point of Contact
Angel D. Maldonado-Rodriguez, Phone: 7177704074
 
E-Mail Address
angel.maldonado@dla.mil
(angel.maldonado@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Technical Exhibit (TE) 6 - Snow removal -SP-312 Performance Work Statement (PWS) Technical Exhibit (TE) 5 - North of W-135 with X-136 X-218, X-380, Technical Exhibit (TE) 3 - RAPIDGATE Gate Access Control System Technical Exhibit (TE) 4 - Main compound Technical Exhibit (TE) 1 - Snow Removal Areas Wage Determination Technical Exhibit (TE) 2 - Snow removal Areas on Naval Station Norfolk DLA Distribution Norfolk, VA (DDNV) has a requirement for a contractor to provide snow and ice removal services as set forth in the attached Performance Work Statement (PWS). The Contractor shall provide all management, supervision, labor, equipment, tools and supplies required to perform the snow and ice removal services at this site. 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 SP330013Q0003. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-61 effective 15 Oct 2012 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120906 (Effective 06 Sep 2012) Edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2013-01. 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 100% Set Aside for Small Business. The NAICS code applicable to this acquisition is 561790 and the size standard is $7 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 52.217-9 - Option to Extend the Term of the Contract. SCHEDULE OF SUPPLIES/SERVICES: BASE YEAR (Firm fixed price) CLIN 0001 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient snow removal/ De-Icing IAW Section 3.1 of the PWS and TE 1. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Snow and Ice Removal - 2-4 inches with Salt/Sand Application) 0001AA Snow and Ice Removal - 2-4 inches with Salt/Sand Application Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 0001AB Snow and Ice Removal - 2-4 inches with Salt/Sand Application Sidewalks (537 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 0001AC Snow and Ice Removal - 2-4 inches with Salt/Sand Application MHE Ramps (713 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 0001AD Snow and Ice Removal - 2-4 inches with Salt/Sand Application Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 0001AE Snow and Ice Removal - 2-4 inches with Salt/Sand Application Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) CLIN 0002 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient snow removal/ De-Icing IAW Section 3.1 of the PWS and TE 1. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Snow and Ice Removal - 5-10 inches with Salt/Sand Application) 0002AA Snow and Ice Removal - 5-10 inches with Salt/Sand Application Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0002AB Snow and Ice Removal - 5-10 inches with Salt/Sand Application Sidewalks (537 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0002AC Snow and Ice Removal - 5-10 inches with Salt/Sand Application MHE Ramps (713 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0002AD Snow and Ice Removal - 5-10 inches with Salt/Sand Application Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0002AE Snow and Ice Removal - 5-10 inches with Salt/Sand Application Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) CLIN 0003 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient snow removal/ De-Icing IAW Section 3.1 of the PWS and TE 1. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Snow and Ice Removal - 11+ inches with Salt/Sand Application) 0003AA Snow and Ice Removal - 11+ inches with Salt/Sand Application Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0003AB Snow and Ice Removal - 11+ inches with Salt/Sand Application Sidewalks (537 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0003AC Snow and Ice Removal - 11+ inches with Salt/Sand Application MHE Ramps (713 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0003AD Snow and Ice Removal - 11+ inches with Salt/Sand Application Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0003AE Snow and Ice Removal - 11+ inches with Salt/Sand Application Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) CLIN 0004 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient sand and salt applications IAW Section 3.1 of the PWS and TE 5. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Salt/Sand Application Only) 0004AA Salt/Sand Application Only Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0004AB Salt/Sand Application Only Sidewalks (537 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0004AC Salt/Sand Application Only MHE Ramps (713 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0004AD Salt/Sand Application Only Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 0004AE Salt/Sand Application Only Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) $_______________ ESTIMATED TOTAL NOT TO EXCEED FOR BASE YEAR OPTION YEAR 1 (Firm fixed price) CLIN 1001 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient snow removal/ De-Icing IAW Section 3.1 of the PWS and TE 1. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Snow and Ice Removal - 2-4 inches with Salt/Sand Application) 1001AA Snow and Ice Removal - 2-4 inches with Salt/Sand Application Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 1001AB Snow and Ice Removal - 2-4 inches with Salt/Sand Application Sidewalks (537 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 1001AC Snow and Ice Removal - 2-4 inches with Salt/Sand Application MHE Ramps (713 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 1001AD Snow and Ice Removal - 2-4 inches with Salt/Sand Application Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 1001AE Snow and Ice Removal - 2-4 inches with Salt/Sand Application Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) CLIN 1002 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient snow removal/ De-Icing IAW Section 3.1 of the PWS and TE 1. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Snow and Ice Removal - 5-10 inches with Salt/Sand Application) 1002AA Snow and Ice Removal - 5-10 inches with Salt/Sand Application Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1002AB Snow and Ice Removal - 5-10 inches with Salt/Sand Application Sidewalks (537 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1002AC Snow and Ice Removal - 5-10 inches with Salt/Sand Application MHE Ramps (713 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1002AD Snow and Ice Removal - 5-10 inches with Salt/Sand Application Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1002AE Snow and Ice Removal - 5-10 inches with Salt/Sand Application Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) CLIN 1003 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient snow removal/ De-Icing IAW Section 3.1 of the PWS and TE 1. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Snow and Ice Removal - 11+ inches with Salt/Sand Application) 1003AA Snow and Ice Removal - 11+ inches with Salt/Sand Application Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1003AB Snow and Ice Removal - 11+ inches with Salt/Sand Application Sidewalks (537 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1003AC Snow and Ice Removal - 11+ inches with Salt/Sand Application MHE Ramps (713 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1003AD Snow and Ice Removal - 11+ inches with Salt/Sand Application Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1003AE Snow and Ice Removal - 11+ inches with Salt/Sand Application Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) CLIN 1004 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient sand and salt applications IAW Section 3.1 of the PWS and TE 5. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Salt/Sand Application Only) 1004AA Salt/Sand Application Only Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1004AB Salt/Sand Application Only Sidewalks (537 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1004AC Salt/Sand Application Only MHE Ramps (713 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1004AD Salt/Sand Application Only Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 1004AE Salt/Sand Application Only Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) $_______________ ESTIMATED TOTAL NOT TO EXCEED FOR OPTION YEAR 1 OPTION YEAR 2 (Firm fixed price) CLIN 2001 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient snow removal/ De-Icing IAW Section 3.1 of the PWS and TE 1. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Snow and Ice Removal - 2-4 inches with Salt/Sand Application) 2001AA Snow and Ice Removal - 2-4 inches with Salt/Sand Application Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 2001AB Snow and Ice Removal - 2-4 inches with Salt/Sand Application Sidewalks (537 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 2001AC Snow and Ice Removal - 2-4 inches with Salt/Sand Application MHE Ramps (713 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 2001AD Snow and Ice Removal - 2-4 inches with Salt/Sand Application Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total 2001AE Snow and Ice Removal - 2-4 inches with Salt/Sand Application Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 2 events @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) CLIN 2002 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient snow removal/ De-Icing IAW Section 3.1 of the PWS and TE 1. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Snow and Ice Removal - 5-10 inches with Salt/Sand Application) 2002AA Snow and Ice Removal - 5-10 inches with Salt/Sand Application Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2002AB Snow and Ice Removal - 5-10 inches with Salt/Sand Application Sidewalks (537 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2002AC Snow and Ice Removal - 5-10 inches with Salt/Sand Application MHE Ramps (713 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2002AD Snow and Ice Removal - 5-10 inches with Salt/Sand Application Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2002AE Snow and Ice Removal - 5-10 inches with Salt/Sand Application Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) CLIN 2003 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient snow removal/ De-Icing IAW Section 3.1 of the PWS and TE 1. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Snow and Ice Removal - 11+ inches with Salt/Sand Application) 2003AA Snow and Ice Removal - 11+ inches with Salt/Sand Application Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2003AB Snow and Ice Removal - 11+ inches with Salt/Sand Application Sidewalks (537 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2003AC Snow and Ice Removal - 11+ inches with Salt/Sand Application MHE Ramps (713 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2003AD Snow and Ice Removal - 11+ inches with Salt/Sand Application Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2003AE Snow and Ice Removal - 11+ inches with Salt/Sand Application Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) CLIN 2004 Snow and ice removal services of select areas of DLA Distribution Norfolk, VA. Contractor shall provide all plant, labor, equipment, safety equipment, tools, materials and supervision necessary to provide efficient sand and salt applications IAW Section 3.1 of the PWS and TE 5. Quantities are estimated only and the Government shall pay for actual services performed, invoiced and accepted only. (Salt/Sand Application Only) 2004AA Salt/Sand Application Only Parking Lots and Roadways (25,337 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2004AB Salt/Sand Application Only Sidewalks (537 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2004AC Salt/Sand Application Only MHE Ramps (713 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2004AD Salt/Sand Application Only Pedestrian Ramps/Walkways (168 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total 2004AE Salt/Sand Application Only Stairs and Landings (47 sq. yd.) Estimated Events Per Year: 1 event @ $__________ each = $__________ Total Subtotal Cost: $_______________ (Estimated Not to Exceed) $_______________ ESTIMATED TOTAL NOT TO EXCEED FOR OPTION YEAR 2 TOTAL (BASE YEAR, OPTION YEAR 1 AND OPTION YEAR 2): $_____________ (ESTIMATED TOTAL NOT TO EXCEED) PERFORMANCE ADDRESS: DLA Distribution Norfolk, Naval Station Norfolk, Hampton Roads, Virginia, 23512 - 5100. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) Registration database. Registration may be done on line at: www.sam.gov. Service Contract Act Wage Determination No. 2005-2545, Revision No. 16 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 as an attachment with this solicitation. 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 52.204-99 System for Award Management Registration (Deviation) FAR 52.216-1 Type of Contract The Government contemplates the award of a firm-fixed price contract. 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) 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 snow and ice removal services for the same or similar job 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 www.sam.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 snow and ice removal services for the same or similar job 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 job performed 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 52.219-6 Notice of Total Small Business Set-Aside 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 52.222-41 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 Maintenance Worker Supervisor - WG08 $21.22 Maintenance Worker - WG05 $17.39 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 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.247-7023 Transportation of Supplies by Sea with Alternate III 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) DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (a) Definitions. As used in this clause- (1) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) "Receiving report" means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) 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. 2005-2545, Revision No. 16, 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, 717-770-5689 or e-mail to angel.maldonado@dla.mil. All quotes must be received by NOVEMBER 14, 2012 AT 3:30 PM EST to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330013Q0003/listing.html)
 
Place of Performance
Address: DLA Distribution Norfolk, Naval Station Norfolk, Hampton Roads, Virginia,., Norfolk, Virginia, 23512, United States
Zip Code: 23512
 
Record
SN02920276-W 20121028/121026234101-fc3aca693dc500f57e000dddc67d325e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.