Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2015 FBO #4964
SOLICITATION NOTICE

71 -- Pallet Racking Replacement of Uprights and Column Guards - RFQ

Notice Date
6/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Disposition Services, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092, United States
 
ZIP Code
49037-3092
 
Solicitation Number
SP4510-15-Q-1009
 
Archive Date
8/31/2015
 
Point of Contact
Nicholas M. Moore, Phone: 269-961-5399, Joseph A. Bednar, Phone: 269-961-7546
 
E-Mail Address
Nicholas.Moore@dla.mil, joe.bednar@dla.mil
(Nicholas.Moore@dla.mil, joe.bednar@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS Bid Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The details of the procurement are located below and in the attached Specifications. This solicitation will be issued as a Request for Quote under Part 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81. This procurement is being set aside 100% for small business concerns under NAICS 332999, which has a size standard of 750 employees. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this procurement. B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement. C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that is has completed the annual representations and certifications on SAM.gov or submit a copy of the provision at FAR 52.212-3 with its offer. D. The provision at FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. The additional FAR clauses which are cited in FAR 52.212-5 are listed herein: 52.203-3, Gratuities (Apr 1984); 52.203-6 Alt. 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.222-50, Combatting Trafficking in Persons (Feb 2009); 52.233-3, Protest After Award (Aug 1996); 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards (Aug 2012); 52.209-6; Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-8, Utilization of Small Business Concerns (Jan 2011); 52.219-14, Limitations on Subcontracting (Nov 2011); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (May 2007); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37, Employment Reports on Veterans (Sep 2010); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.232-33, Payment by Electronic Fund Transfer - Central Contractor Registration (Oct 2003); Additional FAR clauses incorporated by reference: 52.211-6, Brand Name or Equal (Aug 1999) Additional FAR clauses incorporated by full text: Site Visit (Apr 1984) Offerors or quoters are uged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7003, Agency Office of the Inspector General (Apr 2012); 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) (full text version will be included in any subsequent award). INSTRUCTIONS TO OFFERORS: Submit quotes by email (preferred) to: Nicholas.Moore@dla.mil no later than the time and date identified in this solicitation. Attention shall be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-reciept of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Quotes may also be mailed to: DLA Disposition Services ATTN: Nicholas Moore (J72) 74 N. Washington Ave. Battle Creek, MI 49037 Offerors shall provide the CAGE code and DUNS number with their quote submission. Offerors shall complete the bid schedule attached with their quote submission and detail which manufactured racking they are quoting. The information located in FAR 52.212-3 (Offerors Representations and Certifications) shall be current on SAM.gov at the time of quote submission. QUOTE EVALUATION: Award will be made to the contractor whose quote conforms to the solicitation, is deemed technically acceptable, and has the lowest price. Determination of technical acceptability will be based off the technical requirements in Section 3.0 of the contract PWS detailing the brand name "or equal" items. Proposed "equal" items must be identified by manufacturer, model, and part number. Any quote that provides an "equal" item shall include a specification sheet showing the racking components meet all the requirements of the PWS and are interchangeable to the existing UNICOR racking pallet system. Any quote for a proposed "equal" that is missing a specification sheet will be determined technically unacceptable and will no longer be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DRMS/SP4510-15-Q-1009/listing.html)
 
Place of Performance
Address: DLA Disposition Services Mechanicsburg, 5450 Carlisle Pike, Bldg. 205, Mechanicsburg, Pennsylvania, 17055, United States
Zip Code: 17055
 
Record
SN03776563-W 20150627/150625235720-6d61522841922ee0b0b8abd71169545b (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.