SOLICITATION NOTICE
99 -- Machine Guarding
- Notice Date
- 8/31/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-17-GUARDING
- Point of Contact
- Wanda Willis, Phone: 7037671191, Beverly J Williams, Phone: 703-767-1192
- E-Mail Address
-
wanda.willis@dla.mil, Beverly.J.Williams@dla.mil
(wanda.willis@dla.mil, Beverly.J.Williams@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This is issued as a Request for Quote (RFQ). The Defense Contracting Services Office at Fort Belvoir located in Virginia has a requirement to procure and Install Machine Guarding and Safety Devices Brand Name or Equal. The proposed acquisition is Restricted to 100% Small Business Set-Aside. The North American Industry Classification System (NAICS): 332999 and the small business size standard is $750K. It is the Government's intention to issue a Firm Fixed Price contract. In accordance with FAR subpart 12.6, this acquisition will be solicited using full and open competition procedures. The intention of this solicitation is to procure and install machine guarding and safety devices. See the attached Technical Specifications for additional information concerning the requirement. The contractor shall provide all labor, material, tools, supervision, etc. necessary to provide safety devices and machine guarding to DLA Land and Maritime Product Test Center Analytical Lab (TC), Philadelphia, PA. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95 and Defense Publication Notice 20161222. This acquisition is being conducted in accordance, in accordance with FAR 12, 13, and 15. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to System for Award Management (SAM) website http://www/sam.gov. To gain access to the installation you will need to have a government issued ID (e.g. driver's license, state issued photo ID) for every individual, and vehicle registration and insurance for each vehicle. Please note the site visit is only designed to allow interested parties the opportunity to visit the facility for viewing of the equipment. Any technical questions shall be reduced to writing and sent via email directly to the Contract Specialist at wanda.willis@dla.mil within 24 hours after the site visit. Prior to the scheduled site visit, company must provide to the Contract Specialist: Company Name, Full Name(s) (no more than two (2) persons per company for the site visit), SSN(s), Date of Birth, and Cage Code, no later than September 5, 2017, 2:00 p.m. EST. (See Technical Specification) The provision at 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. The clause at 52-212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-34 Payment by Electronic Funds Transfer - Other than Central Contractor Registration. Under 52.212-2, the evaluation procedures to be used are lowest overall responsive and responsible price for the services. Lowest Price quote that passes the technical requirement under 52.212-2 will receive award. Please provide a completed copy of provision at 52.212-3. See the provision at http://www.arnet.gov/far. The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26,52. 222-36, 52.222-50, 52.225-13, 52.232-33. with other FAR/DFARS clauses that apply: 52.204-7, 252.232-7010, 252.212-7001 with check marks for 252.225-7036, 252.232-7003, 252.247-7023 and 252.225-7000, 252.225-7001. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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://farsite.hill.af.mil (End of clause) To be awarded this contract, the offeror must be registered in SAM. SAM information may be found at http://www.ccr.gov. Offerors are encouraged to obtain further information at SAM and ORCA registrations at the following two websites: http://www.sam.gov and http://orca.bpn.gov/. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xvi) RESPONSES ARE DUE MONDAY, September 11, 2017 by 1:00 p.m. Eastern Daylight Time. Offers received after this date and time will not be considered for award. Submit quotation by email to - ATTN: wanda.willis@dla.mil (DCSO-H), Defense Logistics Agency, 8725 John J. Kingman Road, Room 1145, Fort Belvoir, VA 22060. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However, electronic mail is submitted at the contractor's own risk as large pdf. files may not be transmittable. Contact Wanda Willis at wanda.willis@dla.mil, if any technical questions. Fax responses will not be accepted. The solicitation is distributed through Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation document will be available. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. If you have any questions or concerns regarding this solicitation, please contact Wanda Willis at email: wanda.willis@dla.mil. Provide Proposal according to the attached Technical Specifications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-17-GUARDING/listing.html)
- Place of Performance
- Address: DLA Product Test Center, Philadelphia, Pennsylvania, United States
- Record
- SN04656302-W 20170902/170831233043-2f92c86820c965beba3ed3c626b3f694 (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 |