Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOLICITATION NOTICE

S -- Canine Drug and Explosives Detection Services at DLA Distribution San Joaquin - RFQ SP330017Q0020

Notice Date
12/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
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
SP330017Q0020
 
Point of Contact
Deborah Johnson, Phone: 7177708774
 
E-Mail Address
Deborah.L.Johnson@dla.mil
(Deborah.L.Johnson@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4- Past Performance Questionnaire Attachment 3- Schedule of Supplies or Services Attachment 1-Performance Work Statement Request for Quotation •1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlines Procedures for Evaluation and Solicitation for Commercial Items in conjunction with the Federal Acquisition Regulations (FAR) Part 13. 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 SP330016Q0175. •2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-92 effective 18 November 2016, Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20161104 and Defense Logistics Acquisition Directive (DLAD) current to Revision 5 and Proc Ltr 2017-01. The complete text of any of the clauses and provisions are available electronically from the following site: http://www.farsite.hill.af.mil. •3. This Request for Quotation (RFQ) is being issued to establish a firm-fixed price contract. The Defense Logistics Agency (DLA) Distribution San Joaquin, CA has a requirement for a contractor to provide canine drugs and explosives detection services at DLA Distribution San Joaquin. The services shall be performed in accordance with the Statement of Work (SOW) provided in Attachment 1. •4. This RFQ will be awarded on a small business set-aside basis. The North American Industry Classification System (NAICS) code for this project is 561612 and the size is $20.5M. •5. PERIOD OF PERFORMANCE : Base Year: 28 January 2017 through 27 January 2018 Option Year 1: 28 January 2018 through 27 January 2019 Option Year 2: 28 January 2019 through 27 January 2020 Option Year 3: 28 January 2020 through 27 January 2021 Option Year 4 28 January 2021 through 27 January 2022 •6. T his requirement is subject to the Service Contract Act. Wage Determination No. 2005-2067 Rev. 18 dated 12/29/2015 is provided as Attachment 2. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is Provided for informational purposes only and is not a Wage Determination. The General Schedule (GS) equivalent to this position is as follows: Security Guard =27.31 per hour (GS-09) •7. A TECHNICAL PACKAGE IS REQUIRED FOR ALL OFFERS AND SHALL BE PROVIDED WITH THE QUOTES. PLEASE PAY SPECIAL ATTENTION TO THE INSTRUCITONS TO OFFERS ON PAGE 17. THE INSTRUCITONS REQUIRME VARIOUS ITEMS OF DOCUMENTATION TO SUBMIT WITH YOUR QUOTE; SUCH AS TECHNICAL CAPABILITY INFORMATION, PAST PERFORMANCE INFORMATION, ETC. THE EVALUTION CRITERIA STARTING AT PAGE 18 EXPLAINS HOW OFFER'S QUOTE WILL BE EVLUATION FOR ACCEPTABILITY/UNACCEPTABILITY. •8. INSURANCE: Any required insurance certifications must be submitted to the Contracting Officer with ten (10) days after the date of contract award as referenced in FAR 52.228-5 and DLAD 52.228-9000. •9. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ Email _________________________________ •10. System for Award Management: To receive an award resulting from this solicitation, offerors MUST be registered in the System Management Award (SAM) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration maybe done online at: www.sam.gov. •11. Invoicing and Payment: Billing shall be made monthly in arrears. Invoices shall be submitted via Wide Area Work Flow Instructions listed in this solicitation. •12. ILLEGAL ITEMS NOT AUTHORIZED ON FEDERAL INSTALLATION Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor's responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. The local authorities can issue a citation that charges the individual with a specific offense and requires the individual to appear before a Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions. •13. MANAGEMENT OF CONTRACTOR EMPLOYEES The contractor personnel are employees of the Contractor and under the administrative control and supervision of the Contractor. The Contractor, through its personnel, shall perform the tasks prescribed in the Performance Work Statement/Statement of Work. The Contractor shall select, supervise, and exercise control and direction over its employees under this contract. The Contractor shall not supervise, direct, or control the actives of the Government personnel or the employee of any other contractor, except any subcontractor employed by the Contractor on this contract. The Government shall not exercise any supervision or control over the Contractor in the performance of contractual services under this contract. The Contractor is accountable to the Government for the actions of its personnel. •14. SUBMISSION OF SERVICE/DELIVERY SLIPS Service verification slips must be delivered to the Technical POC/ Contracting Officer's Representative (COR) following each on-site visit. Verification slips shall include the contract number, person's name who performed the service, date of performance, duration of service, and the task performed. All verification slips must be signed by an authorized person from whom the service was performed. Failure to comply will result in a delay in payment. •15. MARK CONTRACT NUMBER ON ALL CORRESPONDENCE Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment to you and could result in the return of merchandise at your expense. •16. Questions shall be submitted in writing via e-mail to: Deborah.L.Johnson@dla.mil DLA Distribution Acquisition Operation J7-AB 430 Mifflin Ave, Suite 3102A New Cumberland, PA 17070-5008 •17. 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 personal are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying processes. •18. Attachments: Attachment 1- Performance Work Statement (PWS) Attachment 2- U.S Department of Labor Wage Determination Attachment 3- Schedule of Supplies/Services Attachment 4- Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330017Q0020/listing.html)
 
Place of Performance
Address: DLA Distribution San Joaquin, CA., Stockton, California, 95296, United States
Zip Code: 95296
 
Record
SN04359526-W 20161224/161222235347-fce28a20c48742f852dcc5613317965f (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.