Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2016 FBO #5206
SOLICITATION NOTICE

63 -- Fire Command Vehicle Build Up - Fire Command Build Up

Notice Date
2/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern CA Acquisition Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
 
ZIP Code
96002
 
Solicitation Number
AG-9AC7-S-16-0031
 
Archive Date
3/18/2016
 
Point of Contact
Rebecca Wilcox, Phone: 5302262447
 
E-Mail Address
rwilcox@fs.fed.us
(rwilcox@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Fire Command, Operations Support, Prevention - SUV Image Fire Command, Operations Support, Prevention-Pick-up Truck Image Response Packet Statement of Work (i) 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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number AG-9AC7-S-16-0031 is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. (iv) This is a 100% Small Business Set-aside under NAICS code 811118; the small business size standard is $7.5M. (v) Multiple line items will be applicable and the government contemplates task orders utilizing a combination of line items from the contract (see attached contract schedule). (vi) The government is seeking to establish a single award, Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Outfitting of new Fire Emergency Support Sport Utility Vehicles (SUV) and Pickups. This proposed contract contemplates a minimum order of 7 vehicles to be outfitted in accordance with the enclosed specifications up to a maximum of 45 vehicles during a performance period from contract award through 18 months. See attached STATEMENT OF WORK and ATTACHMENTS. (vii) The dates are determined by individual task orders and the government intends to deliver and pickup vehicles from the contractor's work site. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The Government intends to evaluate quotes and offer a single award based on the quote submission; therefore, the quote should contain the best terms from a price and technical standpoint. The following are SUBMISSION REQUIREMENTS: 1) Contractor name, address and DUNS number, 2) Pricing on the contract schedule of items, 3) Pricing on the proposed task order schedule of items 4) Narrative Response to evaluation factors, 5) Completed copy of 52.212-3, Offeror Representations and Certifications -- Commercial Items, unless it has completed its online certifications through the ORCA website. 6) AGAR Provision 452.209-70 (Provided)All Offerors shall fill out AGAR Provision 452.209-70 (Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction, Deviation 2012-01, Alternate 1) and return it as a part of the offer. 7) Provide 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. 351, et seq.) if required. A contractor response document is provided to assist in returning all applicable information though submission of this document is not mandatory. However, failure to submit such information may result in a quote being unable to evaluate. (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies. For the purpose of the fill-ins of this clause, past performance, service location, installation time, and warranty when combined, are slightly more important than price. RELEVANT PAST PERFORMANCE: Past Performance is a measure of the degree to which an offeror has satisfied its customers, complied with contract terms and conditions in addition to applicable laws and regulations. The Government may contact individuals and firms that you have performed services for, to evaluate your experience and past performance record. SERVICE LOCATION: Service locations closer to Redding will receive a higher rating because less government time will be needed to perform inspections and delivery and pickup equipment. Please provide the address of your service location. INSTALLATION TIME: Installation time is to be no more than 14 calendar days per vehicle. Vendors proposing a shorter installation time from receipt of order shall receive a higher rating. This proposed installation time shall become contract time per vehicle in the resulting contract. WORKMANSHIP AND PRODUCT WARRANTY: Contract clauses provide for warranty of installation of new components, wiring, connectors and decals shall be no less than 90 days. However, a longer warranty time is desirable and will receive a higher rating. Additionally, if the quote is acceptable the warranty period proposed will become the warranty period for the resulting contract. ( xi) Responses shall submit a completed copy of 52.212-3, Offeror Representations and Certifications -- Commercial Items, unless it has an active entity registration with the certifications through the System for Award Management (SAM) website. (www.sam.gov ) (xi) The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS applies to this contract Addenda to this clause are as follows: 52.211-6 - BRAND NAME OR EQUAL (AUG 1999) 52.216-18 ORDERING (OCT 1995) Fill in: such orders may be issued from effective date of award through 18 months. 52.216-19 ORDER LIMITATIONS (OCT 1995) Fill in: (a) Minimum order, 1 vehicles (b) Maximum order, 45 vehicles, 15 vehicles within 10 days 52.216-22 INDEFINITE QUANTITY (OCT 1995) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (FEB 2016), applies to this acquisition with the following clauses checked (b) (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C 632(a)(2)). (25) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). (26) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (OCT 2015) (38 U.S.C. 4212). [X] (5) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. 351, et seq.). (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C 3332). (c) (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Fill in: Employee Class, Mobile Equipment Servicer, WG-6/Step 2, Monetary Wage-Fringe Benefits, $19.92 + fringe Service Contract Act Wage Determination 05-2055 (Rev.-19) is applicable. An excerpt is attached to the Statement of Work. (xiii) Offers are due on February 25, 2016 no later than 12:00 pm. Pacific Daylight Time. Quotations can be faxed to (530) 226-2474 or by email to rwilcox@fs.fed.us by the date and time above. Enter the solicitation number in the subject line of emails. Mailed quotes must arrive no later than the date and time specified above at Northern California Acquisitions Service Area, Redding Office, 3644 Avtech Parkway, Redding, CA 96002. Point of Contact: Rebecca Wilcox Purchasing Agent rwilcox@fs.fed.us Phone: 530 226-2447 Fax: 530 226-2474 Shasta Trinity National Forest Redding, California 96002 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/11899e267ee385b27c0454f5b815e0a4)
 
Record
SN04026536-W 20160224/160222234223-11899e267ee385b27c0454f5b815e0a4 (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.