Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2020 SAM #6614
SOLICITATION NOTICE

J -- Air Compressor Overhaul

Notice Date
1/6/2020 6:18:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
W6QK ACC-RI ROCK ISLAND IL 61299-5000 USA
 
ZIP Code
61299-5000
 
Solicitation Number
W9098S-Q-19-021310
 
Response Due
1/20/2020 10:00:00 AM
 
Archive Date
02/04/2020
 
Point of Contact
Rabekah E. Stone, Phone: 3097825242, Anna E. Whitcomb, Phone: 3097823836
 
E-Mail Address
rabekah.e.stone.civ@mail.mil, anna.e.whitcomb2.civ@mail.mil
(rabekah.e.stone.civ@mail.mil, anna.e.whitcomb2.civ@mail.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) The combined synopsis/solicitation number is W9098S-Q-20-021310. The solicitation is issued as a request for quotation (RFQ). Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered.� Vendors may register online at www.SAM.gov . (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01. (iv) This requirement is non-competitive.� The associated North America Industry Classification System (NAICS) Code is 811310 and the Business Size Standard is $7.5 million.� (v) This combined synopsis/solicitation is for the following commercial item(s): SERVICE: Air Compressor Overhaul UNIT OF MEASURE: Lot QUANTITY: 3 Year Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract (see Federal Acquisition Regulation (FAR) 16.504) with the following ordering periods (OP): OP One: date of contract award to 365 days after date of contract (ADC) OP Two: 366 days ADC to 730 days ADC OP Three: 731 days ADC to 1095 days ADC The maximum total contract ceiling is $270,000. The Guaranteed Minimum amount is for 10 each (compressors) for CLIN 0001. This guaranteed minimum quantity is the only guaranteed quantity to be awarded under this contract. The Government is under no further obligation to order additional quantity on any CLIN. Except for the minimum guaranteed amount, all quantities/values are estimates and do not bind the Government in any way. (vi) Description of Requirement: CLIN 0001: Mandatory Initial Evaluation/Service Process UNIT OF MEASURE: Lot QUANTITY: See Attachment 0002 � Price Matrix. Perform all duties in accordance with (IAW) Attachment 0001 - SOW CLIN 0002: Mandatory Replacement Parts UNIT OF MEASURE: Each QUANTITY: See Attachment 0002 � Price Matrix. Perform all duties IAW Attachment 0001 - SOW CLIN 0003: Unidentified Repairs UNIT OF MEASURE: Lot QUANTITY: See Attachment 0002 � Price Matrix. Perform all duties IAW Attachment 0001 - SOW (vii) Period of Performance: 3 Years Delivery:� After the contractor receives an air compressor, the contractor has 15 days to complete repairs and return the completed unit to Rock Island Arsenal. Acceptance: Destination. FOB: Destination to Rock Island, IL 61299 Attachment(s): Attachment 0001 - SOW Attachment 0002 � Price Matrix (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. ADDENDUM TO 52.212-1 The Army Contracting Command - Rock Island (ACC-RI) hereby issues RFQ W9098S-Q-20-021310 for the purpose of entering into an IDIQ contract with A-A-L-L Equipment Company for Air Compressor Overhaul services for the Forward Repair System (FRS) in support of the Rock Island Arsenal - Joint Manufacturing and Technology Center (RIA-JMTC). This RFQ is prepared in accordance with the procedures in FAR 12 Acquisition of Commercial Items and FAR 13.5 Simplified Procedures for Certain Commercial Items. This is a request for quotations, therefore- a. The terms �Quotation� and �Quoter� should be substituted for �Offer� and �Offeror� in this solicitation. b. Provisions and clauses are by reference in this solicitation IAW 13.101(2). Addenda is attached for FAR 52.212-4, Contract Terms and Conditions- Commercial Items. Provision FAR 52.212-1 is tailored IAW FAR 12.302 by revising the provision as follows: Price and Discount Terms: The following statement is added to Paragraph (b)(6): Attachment 0002 is provided as a format for providing quotes. Quoters shall fill out and submit Attachment 0002 � Price Matrix for evaluation. Any order placed against an awarded contract will be at the price(s) quoted by the contractor for each CLIN and the appropriate ordering period.� All quoted prices are binding.� Prices shall be submitted on an F.O.B. Destination (FAR 52.247-34) basis. Ship to location is Rock Island, IL 61299-5000. Delivery Orders will be priced IAW the contractor�s quoted prices in response to this solicitation.� The date the Delivery Order is issued indicates which Ordering Period pricing will be used.� The delivery date does not determine the Ordering Period. All delivery/task orders will be issued unilaterally by the Government. (b)(8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). A completed copy of the representation and certification per DFARS provisions in the solicitation or a statement that the DFARS provisions are accurate and completed electronically as part of its annual representations and certification at SAM.gov; The U.S. Government reserves the right to require the submission of any data (i.e. other than certified cost or pricing data) necessary to validate the price reasonableness of a quotation. Provisions Incorporated by Reference: 52.211-14�� Notice Of Priority Rating For National Defense, Emergency Preparedness, and Energy Program Use Fill-in: DO-A4��� Apr 2008 252.215-7010�� Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data�� Jul 2019 Provisions Incorporated by Full Text: 52.252-1�� Solicitation Provisions Incorporated by Reference�� Feb 1998 This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquistion.gov (End of provision) 52.252-5�� Authorized Deviations in Provisions�� Apr 1984 (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of""(DEVIATION)"" after the date of the provision. The use in this solicitation of any Defense Federal Acquisition Regulations Supplement, Dept. Of Defense. (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the name of the regulation. � (End of provision) � END OF ADDENDUM TO 52.212-1 � (ix) FAR 52.212-2, Evaluation - Commercial Items does not apply to this acquisition. This RFQ is restricted to A-L-L Equipment Company, address 204 38th Street Moline IL 61265-1633, cage code 4J920 IAW FAR 13.501(a)(1)(ii). � (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items applies to this acquisition. The quoter shall complete and submit with its quote only paragraph (b) of this provision if the quoter has completed the annual representations and certification electronically in the SAM accessed through https://www.sam.gov. If the quoter has not completed the annual representations and certifications electronically, the quoter shall complete and submit with its quote only paragraphs (c) through (u)) of this provision. � (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. � ADDENDUM TO 52.212-4 Clauses Incorporated by Reference: ��������� 52.204-4�� Printed or Copied Double-Sided on Postconsumer Fiber Content Paper�� May 2011 52.211-15�� Defense Priority and Allocation Requirements�� Apr 2008 52.237-2�� Protection of Government Buildings, Equipment, and Vegetation�� Apr 1984 52.247-34�� F.O.B. Destination�� Nov 1991 252.201-7000�� Contracting Officer's Representative�� Dec 1991 252.243-7001�� Pricing of Contract Modifications�� Dec 1991 Clauses Incorporated by Full Text: 52.216-19�� Order Limitations�� Oct 1995 (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. �(b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $45,000 (2) Any order for a combination of items in excess of $135,000; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs(b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor�s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22�� Indefinite Quantity�� Oct 1995 (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the �maximum.� The Government shall order at least the quantity of supplies or services designated in the Schedule as the �minimum.� (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor�s and Government�s rights and obligations with respect to that order to the same extent as if the order were completed during the contract�s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 365 days after contract expiration. (End of clause) 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): https://www.acquisition.gov/browse/index/far https://farclause.com/FARregulation/Clause/DFARS252.216-7006_Basic-ordering (End of clause) 52.252-6�� Authorized Deviations in Clauses�� Apr 1984 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause. �(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulations Supplement, Dept. Of Defense. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of clause) 252.216-7006�� Ordering�� May 2011 (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued from date of contract award to 1,095 days after contract award. �(b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered �issued� when a copy has been posted to the Electronic Data Access system, and notice has been sent to the Contractor. �(2) If mailed or transmitted by facsimile, a delivery order or task order is considered �issued� when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. �(3) Orders may be issued orally only if authorized in the schedule. (End of clause) END OF ADDENDUM TO 52.212-4 (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. (b)� The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government- Alternate I�� Oct 1995 52.204-10�� Reporting Executive Compensation and First-Tier Subcontract Awards�� Oct 2018 52.209-6�� Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment�� Oct 2015 52.219-8�� Utilization of Small Business Concerns�� Oct 2018 52.219-28�� Post Award Small Business Program Representation�� Jul 2013 52.222-3�� Convict Labor�� Jun 2003 52.222-19�� Child Labor- Cooperation with Authorities and Remedies�� Jan 2018 52.222-21�� Prohibition of Segregated Facilities�� Apr 2015 52.222-26�� Equal Opportunity�� Apr 2015 52.222-35�� Equal Opportunity for Veterans�� Oct 2015 52.222-36�� Equal Opportunity for Workers with Disabilities�� Jun 2014 52.222-37�� Equal Reports on Veterans�� Feb 2016 52.222-40�� Notification of Employee Rights Under the National Labor Relations Act�� Dec 2010 52.222-50�� Combating Trafficking in Persons�� Mar 2015 52.222-54�� Employment Eligibility Verification�� Oct 2015 52.223-18�� Encouraging Contractor Policies to Ban Text Messaging While Driving�� Aug 2011 52.225-13�� Restrictions on Certain Foreign Purchases�� Jun 2008 52.232-33�� Payment by Electronic Funds Transfer- System for Award Management�� Oct 2018 (c)� The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-17�� Nondisplacement of Qualified Workers�� May 2014 52.222-51�� Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements�� May 2014 (xiii) Additional Terms and Requirements or Contract Requirements: The following clauses and/or provisions apply to this acquisition: Clauses Incorporated by Reference: 52.203-3�� Gratuities�� Apr 1984 52.204-13�� System for Award Management Maintenance�� Oct 2016 52.204-18�� Commercial and Government Entity Code Maintenance�� Jul 2016 52.204-21�� Basic Safeguarding of Covered Contractor Information Systems�� Jun 2016 52.232-40�� Providing Accelerated Payments to Small Business Subcontractors�� Dec 2013 252.203-7000�� Requirements Relating to Compensation of Former DoD Officials�� Sep 2011 252.204-7012�� Safeguarding Covered Defense Information and Cyber Incident Reporting�� Oct 2016 252.204-7015�� Notice of Authorized Disclosure of Information for Litigation Support�� May�2016 252.225-7012�� Preference for Certain Domestic Commodities�� Dec 2017 252.232-7003�� Electronic Submission of Payment Requests and Receiving Reports�� Dec 2018 252.232-7006�� Wide Area Workflow Payment Instructions�� Fill-ins to be provided at award.�� Dec 2018 252.232-7010�� Levies on Contract Payments�� Dec 2006 252.237-7010�� Prohibition of Interrogation of Detainees by Contractor Personnel�� Jun 2013 252.243-7002�� Requests for Equitable Adjustment�� Dec 2012 252.244-7000�� Subcontracts for Commercial Items and Commercial Components (DoD Contracts)�� Jun 2013 252.246-7003�� Notification of Potential Safety Issues�� Jun 2013 252.246-7008�� Sources of Electronic Parts�� May 2018 Provisions Incorporated by Reference: 52.204-7�� System for Award Management�� Oct 2017 52.204-16�� Commercial and Government Entity Code Reporting�� Jul 2016 52.204-24�� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment�� Dec 2019 252.203-7005�� Representation Relating to Compensation of Former DoD Officials�� Nov 2011 252.204-7004�� DoD Antiterrorism Awareness Training for Contractors�� Feb 2019 252.204-7008�� Compliance with Safeguarding Covered Defense Information Controls�� Oct 2016 252.204-7009�� Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information�� Oct 2016 (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: DO-A4 (xv) The date, time, and place for submission of quotes is as follows:�20 January 2020 � 12:00 PM (Central). Submit electronic quotes (oral quotes will not be accepted) via email to the following: rabekah.e.stone.civ@mail.mil jessica.m.phillips.civ@mail.mil anna.e.whitcomb2.civ@mail.mil Please provide all correspondence and/or questions pertaining to this synopsis/solicitation through email to the points of contact identified in this solicitation. (xvi) For further information regarding this solicitation, quoters can contact the following individual(s): Rabekah Stone, Contract Specialist, via email at rabekah.e.stone.civ@mail.mil @mail.mil, Jessica M. Phillips, Contract Specialist, via email at jessica.m.phillips.civ@mail.mil, or Anna E. Whitcomb, Contracting Officer, via email at anna.e.whitcomb2.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/36e82395be4248b4b6697c03084df4d8/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN05527059-F 20200108/200106230126 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.