Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2017 FBO #5532
SOLICITATION NOTICE

J -- Repair of Machine Tools and Systems - Attachment 01 - Attachment 04 - Attachment 05 - Attachment 02 - Attachment 03

Notice Date
1/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RI (W52P1J), 3055 Rodman Avenue, Rock Island, Illinois, 61299-8000, United States
 
ZIP Code
61299-8000
 
Solicitation Number
W52P1J-17-T-MAPR
 
Archive Date
3/1/2017
 
Point of Contact
Lorraine Geren, Phone: 3097826757, Cindy K. Wagoner, Phone: 3097820182
 
E-Mail Address
lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil
(lorraine.geren.civ@mail.mil, cindy.k.wagoner.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Evaluation Sheet Machine Tools and Systems - (HAAS) Wage Determination FAR 52.212-4 Alt 1 replacement paragraphs and Other Full Clause Language PWS - Machine Tools & Systems (Non-HAAS) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items; the Solicitation number is W52P1J-17-T-MAPR. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93. The NAICS code for this procurement is 811310; the small business size standard is $7,500,000.00. Offerors must be registered within the System for Award Management (SAM) database in order to receive an award against this Solicitation. The website for SAM is https://www.sam.gov/. DESCRIPTION OF REQUIREMENT This solicitation is issued for the following: Repair of Machine Tools and Systems located at Crane Army Ammunition Activity, Crane, Indiana, in accordance with the Performance Work Statements at Attachments 01 (Machine Tools and Systems Repair (Non-HAAS)) and 02 (Machine Tools and Systems Repair (HAAS)). TYPE OF ACQUISITION AND CONTRACT This acquisition is issued as a 100% Small Business Set-Aside competition. The Army Contracting Command-Rock Island (ACC-RI) intends to award up to two Time-and-Materials Contracts against this solicitation, as explained below. For each awarded contract, labor shall be paid at the awarded labor rates for the Base Period and each Option Year. The awarded labor rates will include the offeror's rates, as well as the subcontractor rates. Payment for material costs shall be based on actual cost, plus delivery/shipping costs. PERIOD OF PERFORMANCE and LOCATION The Government expects to award either one (1) or two (2) Time-and-Materials contracts against this solicitation (see Basis for Award, below). The awarded contract(s), will have a Base Year and 2 Option Periods as follows: Base Year: Date of Award - 31 March 2018 Option Year 1: 1 April 2018 - 31 March 2019 Option Year 2: 1 April 2019 - 31 March 2020 Performance shall take place at: Crane Army Ammunition Activity, 300 Highway 361, Crane, Indiana 47522-5001. QUOTE SUBMISSION REQUIREMENTS The following shall be submitted in response to this solicitation: (1) Quote. Quotes shall be provided on the Price Evaluation Sheet at Attachment 03. Offerors are not required to provide quotes for both CLIN 0001 (Non-HAAS machine shop repair) and CLIN 0002 (HAAS machine shop repair). Offerors may provide a quote for only one CLIN, if they so desire. However, for each quoted CLIN, offerors MUST provide labor rates for each of the following: Base Year, Option Year 1, and Option Year 2. In addition to labor rates, offerors shall provide the following additional information (highlighted in yellow on the Pricing Sheet): (a) Occupation Code-TITLE; (b) Labor Rates Apply to - information (2) Company Name/CAGE Code/DUNS number (3) Point of contact (Name/Title/phone number/email address) (4) Subcontractor Information. The offeror shall state whether or not they intend to subcontract any portion of the quoted effort(s). If the offeror does intend to subcontract any portion, the offeror shall provide the following information: For each quoted CLIN for which work will be subcontracted, the offeror shall provide the subcontractor labor rates for the Base Year, Option Year 1, and Option Year 2. These rates shall be input in the portion of the Price Evaluation Sheet (at Attachment 03) labeled "Subcontractor Rates". Failure to provide labor rates for all periods (Base, Option 1, Option 2, and Option 3) for quoted CLIN(s); or failure to provide subcontractor information; may render the offeror's quote noncompliant with the Solicitation requirements. LISTING OF ATTACHMENTS Attachment 01, Performance Work Statement (Machine Tools and Systems Repair - non-HAAS) Attachment 02, Performance Work Statement (Machine Tools and Systems Repair - HAAS) Attachment 03, Price Evaluation Sheet Attachment 04, (1) FAR 52.212-4 Alt I substitute paragraphs (a), (e), (i), (l), and (m) for those in the basic clause; (2) FAR 52.217-8, Option to Extend Services; (3) FAR 52.217-9, Option to Extend the Term of the Contract Attachment 05, Wage Determination No. 2015-4821 Rev 2 BASIS FOR AWARD In accordance with FAR 52.212-1(g), the Government intends to award against this solicitation without discussions. In accordance with FAR 12.602, Streamlined evaluation procedures will be utilized for this procurement. The Government intends to award either one (1) or two (2) Time-and-Materials contracts against this solicitation. Award of CLIN 0001 will be made to the offeror who provides the lowest CLIN 0001 Total Evaluated Price, who is deemed responsible, and who is compliant with all the requirements of this solicitation, to include specific submission requirements listed within this solicitation. Award of CLIN 0002 will be made to the offeror who provides the lowest CLIN 0002 Total Evaluated Price, who is deemed responsible, and who is compliant with all the requirements of this solicitation, to include specific submission requirements listed within this solicitation. Total Evaluated Price for CLIN 0001 is calculated as follows: Total Evaluated Price = Total Price CLIN 0001 (Non-Subcontracted) + Total Price CLIN 0001 (Subcontracted) Total Price CLIN 0001 (Non-Subcontracted) is calculated as follows: Total Price CLIN 0001 (Non-Subcontracted) = Base Year Labor Rate (Non-subcontract) + Option Year 1 Labor Rate (Non-Subcontract) + Option Year 2 Labor Rate (Non-subcontract) Total Price CLIN 0001 (Subcontracted) is calculated as follows: Total Price CLIN 0001 (Subcontract) = Base Year Labor Rate (Subcontract) + Option Year 1 Labor Rate (Subcontract) + Option Year 2 Labor Rate (Subcontract) CLIN 0002 Total Evaluated Price, Total Price CLIN 0002 (Non-Subcontracted) and Total Price CLIN 0002 (Subcontracted) are calculated in the same manner as delineated for CLIN 0001. Determination of award of CLINs 0001 and 0002 will be made independently. This may lead to two individual contracts being awarded against this solicitation. Award(s) will be made on a Time-and-Materials basis. CLAUSES The following Federal Acquisition Regulation (FAR), and Defense Federal Acquisition Regulation Supplement (DFARS) commercial clauses, apply to this solicitation and are incorporated by reference (clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items, Alternate I FAR 52.212-4 Alt I, Contract Terms and Conditions-Commercial Items * In accordance with FAR 52.212-4 Alt I, substitute paragraphs (a), (e), (i), (l), and (m) for those in the basic clause are located at Attachment 04 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Within FAR 52.212-5, the following optional clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-16, Liquidated Damages-Subcontracting Plan 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, Equal Opportunity for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-60, Paycheck Transparency FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.203-3, Gratuities FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.232-40, Providing Accelerated Payments to Small Business Subontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.215-7008, Only One Offer DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7002, Requests for Equitable Adjustments DFARS 252.246-7003, Notification of Potential Safety Issues DARS 252.246-7008, Sources of Electronic Parts The following additional clauses apply: FAR 52.216-31, Time-and-Materials/Labor Hour Proposal Requirements - Commercial Item Acquisition FAR 52.243-3, Changes - Time-and-Materials or Labor Hours FAR 52.246-6, Inspection - Time-and-Material and Labor Hour FAR 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services * The full clause language for FAR 52.217-8 is at Attachment 04 FAR 52.217-9, Option to Extend the Term of the Contract * The full clause language for FAR 52.217-9 is at Attachment 04 FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34, F.O.B. Destination LOCAL CLAUSE 52.0000-4834 (Jan 2016) AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available, contact the Contracting Officer or HQ, AMC Office of Command Counsel to obtain the AMC-Level Protest Procedures. DEADLINE FOR QUOTE SUBMISSION Offers are due on Tuesday, February 14, 2017, not later than 3:30 p.m. Central Time. Offers shall be submitted in the following way: Electronically via email to the Contract Specialist lorraine.geren.civ@mail.mil and the Contracting Officer cindy.k.wagoner.civ@mail.mil Offerors should include "Response to W52P1J-17-T-MAPR" within the Subject line. QUESTIONS Questions shall be submitted in the same manner as Offers, electronically via email to the Contract Specialist and Contracting Officer. ** Note: Interested offerors must submit any questions concerning this solicitation at the earliest time possible, to enable the Buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/83163c54e08493609d5441da0a3b0f9f)
 
Record
SN04371523-W 20170115/170113234132-83163c54e08493609d5441da0a3b0f9f (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.