Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
SOLICITATION NOTICE

J -- Calibration, Preventative and Remedial Maintenance Services for Government-owned Weigh Scales - DLA Distribution Warner Robins, GA - Attachment 3 - Schedule of Supplies - Services - Wage Determination - Statement of Work - Combined Synopsis/Solicitation

Notice Date
8/21/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, ACQUISITION OPERATIONS (J7), 430 MIFFLIN AVENUE SUITE 3102A, New Cumberland, Pennsylvania, 17070-5008, United States
 
ZIP Code
17070-5008
 
Solicitation Number
SP3300-18-Q-5040
 
Archive Date
9/22/2018
 
Point of Contact
Andrew W. Tulli, Phone: 717-770-8442
 
E-Mail Address
andrew.tulli@dla.mil
(andrew.tulli@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Attachment 1a - List of Scales Requiring Calibration and Maintenance Attachment 1 - Statement of Work Attachment 2 - Wage Determination Attachment 3 - Schedule of Supplies and Services NOTICE TO OFFERORS 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 - Simplified Acquisition Procedures. 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 RFQ number is SP3300-18-Q-5040. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99 effective 15 Jun & 16 Jul 2018 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20180629 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2018-09. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. 3. This Request for Quotation (RFQ) is being issued to establish a hybrid Firm-Fixed Price (FFP) and Time and Materials (T&M) contract for calibration and preventive and remedial maintenance services for Government-owned weigh scales located at DLA Distribution Warner Robins, GA. The contractor shall provide all labor, supervision, tools, materials, equipment, transportation, and management necessary to provide preventive and maintenance services, unscheduled service calls (as needed) and all repair and or replacement parts necessary to keep all portions of the weigh scale systems covered by this requirement in good operating condition. The services shall be performed in accordance with Statement of Work (SOW) provided at Attachment 1. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. 4. This RFQ is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 811219 and the size standard is $20.5 million. 5. Period of Performance shall be on or about as follows: Base Year: September 19, 2018 through September 18, 2019 Option Year 1: September 19, 2019 through September 18, 2020 Option Year 2: September 19, 2020 through September 18, 2021 6. This requirement is subject to the Service Contract Act. Wage Determination No. 2015-4495 Revision No. 7 dated 07/03/2018 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 Wage Grade equivalent to this position is as follows: Scale Mechanic = $21.13 per hour 7. Past Performance is required from all offerors and shall be provided with the quotes. Please pay special attention to the Instructions to Offerors starting page 15. 8. INVOICING AND PAYMENT - Invoicing and Payment will be made via Wide Area WorkFlow. See DFAR Clauses 252.232-7006 and 252.232-7003 found on page 10 the RFQ. Billing shall be made monthly in arrears. 9. CONTRACT PRICING: CLINs x003, x004 are time and material CLINs. Reference FAR 52.214-4 Alt I, the contractor shall be reimbursed for actual hours incurred only for repair services. The contractor shall not exceed the CLIN/contract ceilings without prior approval from the Contracting Officer. The price charged to the Government for a purchased part under CLINs x004 shall not exceed the contractor's established catalog or market price. If the contractor obtains a part at a discounted cost, the contractor shall pass the savings on to the Government. Upon request of the Contracting Officer Representative (COR), the contractor will be required to provide invoices and/or proof of pricing for the contractor purchased part. 10. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _________________________________ Contractor POC: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ EMAIL _________________________________ 11. SYSTEM FOR AWARD MANAGEMENT - A prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov. 12. 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. 13. Questions shall be submitted in writing via e-mail to andrew.tulli@dla.mil Unit of Issue: EA = Each HR = Hour YR = Year Attachments: Attachment 1 - Statement of Work Attachment 1a - List of Scales Requiring Calibration and Maintenance Attachment 2 - Wage Determination Attachment 3 - Schedule of Supplies/Services SCHEDULE OF SUPPLIES/SERVICES SEE ATTACHMENT 3 - SCHEDULE OF SUPPLIES/SERVICES (BASE YEAR PRICING, OPTION YEAR 1 PRICING, AND OPTION YEAR 2 PRICING) (Note: Offers must be submitted for contract line items (CLINs) X001, X002, X003, and X004 to be evaluated for a single contract award. Offers for less than CLINs X001, X002, X003, and X004 will be rejected.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-18-Q-5040/listing.html)
 
Place of Performance
Address: Warner Robins, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN05048162-W 20180823/180821231323-9763996bb13948cd6addf7747a39e641 (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.