Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2016 FBO #5213
SOLICITATION NOTICE

W -- Temporary Life Support Services Oregon Army National Guard at Yakima Training Center, Yakima, WA. - Performance Work Statement and QASP

Notice Date
2/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10826692
 
Archive Date
5/31/2016
 
Point of Contact
Nicollette Kennemer, Phone: 5035843764
 
E-Mail Address
nicollette.a.kennemer.mil@mail.mil
(nicollette.a.kennemer.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quality Assurance Surveillance Plan Performance Work Statement 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; proposals are being requested and a written solicitation will not be issued. The solicitation is No. 10826692 and is issued as a Request for Proposal (RFP). Request for proposals are due by March 30, 2016, 4:00 p.m. (PST). The RFP will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 561210- Facilities Support Services. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting proposals to procure the following supply or services: GENERAL SCOPE: The contractor shall provide all equipment, material, labor, supervision, supplies and items necessary in support of the Oregon Army National Guard's Annual Training (AT) to be conducted at the Yakima Firing Center in Yakima, WA for the 2-218th FA. Services are required at YTC to supporting/servicing approximately 300 Soldiers from the 2-218th FA; 250 male and 50 female. The contractor will be required to coordinate with the Government COR for all site access, deliveries, set-up, maintenance and removal necessary to comply with the requirements of the awarded contract. CLIN 0001 - Photo copier machines: Provide 2 each photo copiers. Contractor is responsible for delivering, setting up and removing the photo copier machines with enough toner to support up to 500 pages per day. All maintenance and support of the photo copier (excluding paper) is to be provided by the contractor. The Government COR will direct placement of the photo copier machines with the contractor prior to the required delivery date. Refer to attached performance work statement for the acceptable quality level. CLIN 0002 - Light towers: Provide 5 each light towers. Contractor is responsible for delivering, setting up and removal of the light towers. All maintenance and support of the equipment is to be provided by the contractor. The contractor shall deliver the light stations to the YTC FOB and the Government will site/place the equipment as required. JP8 fuel will be provided by the government if equipment supports the use of JP8. Refer to attached performance work statement for the acceptable quality level. CLIN 0003- Ice: Provide up to 9,000 pounds of crushed ice. Contractor is required to deliver ice at a minimum of once every 3 days. Additional Ice may be requested by the COR not to exceed 1,000 daily with 24 hours' notice. COR may reduce delivery quantities as needed. The Contracting Officer is the only individual who can obligate the Government to any service beyond the scope of the purchase order. Refer to attached performance work statement for the acceptable quality level. CLIN 0004 Crane with driver: Provide 1 each 50 ton hydraulic truck crane with the ability to pick up 10,000 pound Howitzers. Crane at a minimum 20' army. Maximum working radius not to exceed 40' from center of crane. Load chart capacity for crane at this radius is 14,790 pounds. Provide 1 each trained and licensed crane operator to operate the crane. Crane operator available to work 8 hours a day. Duty hours are tentative scheduled during the hours of 0800-1730 allowing a 1 hour lunch. Any changes to work hours will be communicated by the COR. All maintenance and support of the vans is to be provided by the contractor. The Government COR will direct crane placement on YTC FOB with the Contractor prior to the required delivery date. CLIN 0005 Connex containers: Provide 5 each 8'x 8'x 20' containers. Contractor is responsible for delivering, setting up and removal of the Connex containers. All maintenance and support of the containers is to be provided by the contractor. The Government COR will direct container placement on YTC FOB with the Contractor prior to the required delivery date CLIN 0006 Dumpsters: Provide 2 each dumpsters. Contractor is responsible for delivering, setting up, trash disposal and removal of the dumpsters. All maintenance and support of the dumpster is to be provided by the contractor. The Government COR will direct dumpster placement on YTC FOB with the Contractor prior to the required delivery date CLIN 0007- Refrigeration and freezer vans/trailers: Provide 1 refrigeration van (total 48' of storage) and 1 freezer van (total 48' of storage) for food and ice storage. Contractor is responsible for delivering, setting up and removal of the refrigeration and freezer vans. All maintenance and support of the vans is to be provided by the contractor. The Government COR will direct van placement on YTC FOB with the Contractor prior to the required delivery date. Refer to attached performance work statement for the acceptable quality level. CLIN 0008 Manpower Reporting Include any costs associated with the manpower reporting requirement specified in the performance work statement. Requirements for your proposal: Please submit a proposal on your company letterhead showing a price per contract line item (CLIN 0001-0008) with a total price at the bottom. Include the following information on your proposal: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Offerors proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors proposal. Proposals are binding at the time of submission unlike a quote. Additional Submission Requirements and Instructions: 1.0Qualification Statement 1.1 Provide a certified statement with the following information: 1.) An explanation of commitment or arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, other resources, or personnel. 2.) Identify your business size standard. 3.) Acknowledge all solicitation amendments if applicable. 4.) Confirm that the Performance Work Statement and Quality Assurance Surveillance Plan was read. This statement must be endorsed by a qualified representative of the company providing the proposal. 2.0Past Performance 2.1 Past performance is requested in order to determine responsibility in accordance with FAR 9.104. The government will also be reviewing the past performance information available from the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS) and the Contract Performance Assessment Reporting System (CPARS). 2.1.1 Please submit the following past performance information along with your proposal. Provide At least three but no more than five projects completed within the last three years that are similar in nature to the work being referenced to. Include the following information: Type of project Dollar value of the project Contract number (if applicable) Location of the work Reference Name and Number Brief description (1-2 paragraphs) Identify if the project was performed for a government or private entity. Indicate if your firm was a prime contractor or subcontractor. If you firm was a subcontractor, provide the percentage of work that was awarded and completed on the project by your firm. Evaluation Criteria: Award will be made to the lowest priced offeror that meets the minimum performance standards, has acceptable past performance, and is determined responsible in accordance with FAR Part 9. Terms and conditions: Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors' proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAR 52.204-7, Systems for Award Management. FAR 52.237-1, Site Visit (if applicable). FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.212-4, Contract Terms and Condition-Commercial Items. FAR 52.212-5, (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-44, Fair Labor Standards act and Service Contract Act-Price adjustment. FAR 52.222-54, Employment Eligibility Verification. FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. FAR 52.232-36, Payment by Third Party. FAR 52.225-1, Buy American - Supplies. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52. 211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable). DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable). DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.243-7002, Request for Equitable Adjustment (when applicable). DFARS 252.246-7000, Material Inspection And Receiving Report. DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Offerors can submit their proposal any time before the due date to: Nicollette Kennemer at nicollette.a.kennemer.mil@mail.mil or Via Fax at 503-584-3771. Please confirm receipt of your proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10826692/listing.html)
 
Place of Performance
Address: Yakima Training Center, 502, Firing Center Rd, yakima, Washington, 98901, United States
Zip Code: 98901
 
Record
SN04034236-W 20160302/160229235041-35360436ebd42ba421be5698aed5f42b (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.