Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2020 SAM #6861
SOLICITATION NOTICE

J -- Maintenance and Repair of Firing Range Equipment

Notice Date
9/9/2020 1:26:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
DCSO COLUMBUS COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
SP4702-20-Q-0019
 
Response Due
9/18/2020 12:00:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
Eric F. Heil, Phone: 6146232528
 
E-Mail Address
eric.heil@dla.mil
(eric.heil@dla.mil)
 
Description
Amendment 01 --� a. The purpose of this amendment to Combined Synopsis/Solitation SP4702-20-Q-0019 is to replace the uploaded document titled ""Attachment 1 - PWS"" with the revised/updated Performance Work Statement (PWS) document titled ""Attachment 1 - PWS(A01)"". The changes to the PWS for this Combined Synopsis/Solicitation are the following: (1) The following text is herby added to PWS Section 03 00 00, paragraph 3.7-- ""Replacement Parts (Spare Parts): ? Supply one (1) XWT Gen 3 Spare Parts Package (part number 1052096?01) ? Supply four (4) 485/RS232 Converters (part number 1037173)"" (2) The following text is removed from paragraph 13.2 of PWS Section 03 00 00-- ""Contractors shall complete a visitor�s access request (VAR) form before entering the building. Form takes ten (10) days to process. At no time shall the contractor bring into Bldg. 302 a device developed and/or designed for image recording, sound recording, data storage, wireless communication, cellular phone access, music recording or listening, eavesdropping, video recording, and/or flash drives or similar media without written permission from the site�s Security Manager (SecMgr) and/or Information Systems Security Manager (ISSM)."" (3) ATTACHMENT 1 - VISIT AUTHORIZATION REQUEST is deleted from Section 03 00 00 of the PWS. b. All other terms and conditions, other than those explicitly stated in this amendment, remain unchanged. ****************************** PR: �85094420 FR: �200109665 Cost Center: �3000012 Ledger: �61002540 Description: �Project CSC-20105 � Maintenance and Repair of Firing Range Equipment Customer: DLA Installation Management � Columbus, DM-FCI Contract Lines: �0001, 0002, 1001, 2001, 3001, 4001 Unrestricted, Commercial, and Firm-Fixed-Price Acquisition Period of Performance:� 01 October 2020 � September 30, 2021 F.O.B, Inspection, and Acceptance at Destination PSC: �J078 �Maint/Repair/Rebuild of Equipment � Recreational and Athletic Equipment� Material ID: �V00007142 �Recreational and Athletic Equip Maintenance and Repair� Unit of Issue: �JB (Job) Brand New Units Acceptable �ONLY�. Commercial Package Acceptable. WAWF Acceptance DoDAAC: SC0707 Purpose: Combined Synopsis and Solicitation under FAR PART 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items.� 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. This combined synopsis/solicitation reference # SP4702-20-Q-0019, is being issued as a request for quotation (RFQ). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08, effective 13 August 2020. This combined synopsis/solicitation is unrestricted. �The anticipated period of performance (PoP) will be a base period of 12 months, with four 12-month options. The Government intends to award a single award, firm-fixed-price purchase order for the maintenance and repair of firing range equipment within Building 302 on the Defense Supply Center � Columbus (DSCC), Columbus, Ohio.� Award for this service requirement will be granted to the offeror that provides the lowest price technically acceptable to the United States Government. Potential offerors are hereby notified that the notice and subsequent amendments to the notice will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a response to this notice, the vendor will be self-certifying that neither the offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. Only offerors currently registered in the System for Award Management (SAM) will be considered for award. In addition, Federal Acquisition Regulation (FAR) Part 12.6 ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� FAR Part 13 ""Simplified Acquisition Procedures,� FAR Part 15 �Contracting by Negotiation,� and FAR Part 37 �Services Contracting� regulations and procedures will be utilized. The NAICS code for this acquisition is 811310, �Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance.� The small business size standard is $8,000,000. The following services requested in this solicitation, and required by the Defense Logistics Agency (DLA) Installation Management - Columbus: Section B, see Attachment # 2 Contract Line Item (CLINs) and quantities:� See Section B, Attachment # 2 Material Code: �J078-V00007142 �Recreational and Athletic Equip Maintenance and Repair� (CLINs 0001, 0002, 1001, 2001, 3001, and 4001) Unit of Issue: �JB ����������������Quantity: 1.0 ������������Period of Performance: 365 days It is anticipated that a firm-fixed price commercial purchase order will be awarded for the requested firing range equipment maintenance and repair services as a result of this combined synopsis/solicitation notice. Award will be based on Lowest Price Technically Acceptable per FAR 15.101-2(b)(1). The lowest price technically acceptable source selection process is appropriate when best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. The evaluation factors and significant sub-factors that establish the requirements of acceptability will be set forth in the combined synopsis/solicitation notice under Sections L and M. The award resulting from this combined synopsis/solicitation notice will be made on the basis of the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost factors. The following FAR, DLAD, and DFARS provisions and clauses are incorporated into this solicitation by reference: FAR 52.203-3, Gratuities FAR 52.203-12, Limitations to Influence Certain Federal Transactions FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.203-19, Prohibition on Requiring Certain Internal Confidential or Statements DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, System for Award Management FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Level I Antiterrorism Awareness Training for Contractors DFARS 252.204-7008, Compliance with Safeguard Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services DLAD 52.204-9000, Contractor Personnel Security Requirements DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under Any Federal or State Law (Deviation 2012-O0007) DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Lay (Deviation 2012-O0004) FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Use Program FAR 52.211-15, Defense Priority and Allocation Requirements DFARS 252.213-7000, Notice To Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations FAR 52.212-1, Instruction to Offerors � Commercial Items DFARS 252.215-7008, Only One Offer DFARS 252.215-7013, Supply and Services Provided by Nontraditional Defense Contractors FAR 52.217-5, Evaluation of Options DFARS 252.222-7007, Representation Regarding Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving DFARS 252.223-7006, Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials DLAD 252.223-7001, Hazard Warning Labels DFARS 252.225-7041, Correspondence in English DFARS 252.225-7048, Export � Controlled Items FAR 52.227-1, Authorization and Consent FAR 52.227-2, Notice and Assistance Regarding Patent and Copyrights Infringement FAR 52.232-17, Interest FAR 52.232-23, Assignment of Claims FAR 52.232-25, Prompt Payment FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levis on Contract Payments FAR 52.237-1, Site Visit DFARS 252.239-7010, Cloud Computing Services DFARS 252.239-7017, Notice of Supply Chain Risk (Deviation 2018-O0020) DFARS 252.239-7018, Supply Chain Risk (Deviation 2018-O0020) FAR 52.242-13, Bankruptcy FAR 52.242-15, Stop � Work Order FAR 52.242-17, Government Delay of Work DFARS 252.244-7000, Subcontracts for Commercial Items FAR 52.244-6, Subcontracts for Commercial Items FAR 52.246-4, Inspection of Services-Fixed Price. DFARS 252.246-7003, Notification of Potential Safety Issues FAR 52.247-34, FOB Destination FAR 52.252-3, Alterations in Solicitation FAR 52.253-1, Computer Generated Forms DLAD Procurement Note L06, Agency Protests The following FAR, DLAD, and DFARS provisions and clauses are incorporated into this solicitation in full text (See Attachment # 3): DFARS 252.201-7000, Contracting Officer�s Representative FAR 52.204-8, Annual Representations and Certifications FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DFARS 252.204-7016, Covered Defense Telecommunications equipment or Services-Representation DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations � Representation DLAD 52.204-9000, Contractor Personnel Security Requirements FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alternate I FAR 52.212-4, Contract Terms and Conditions- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.216-1, Type of Contract FAR 52.217-9, Option to Extend the Term of the Contract DFARS 252.232-7006, Wide Area Workflow Payment Instructions FAR 52.233-2, Service of Protest DLAD 52.233-9001, Dispute-Agreement to Use Alternate Dispute Resolution FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses DLAD Procurement Note L06, Agency Protests DLAD Procurement Note L08, Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations SECTION L � INSTRUCTIONS TO OFFERORS SECTION M � EVALUATION FACTORS FOR AWARD System of Award Management Requirement No award will be made to a contractor not registered in the System of Award Management (SAM). In addition, the Contractor�s Representations and Certification must be listed in the SAM database. Reference https://www.acquisition.gov or https://www.sam.gov/portal/public/SAM/. Note: There is no fee to register and use this site. During the life of the purchase order, the contractor must always have an active status in SAM during the life of this contract. Invoices will be paid using the financial information provided in the contractor�s SAM profile. Failure to keep an active status may result in payment delays and other administration delays. � Quotes are due by 3:00 p.m. (EST) time on September 18, 2020. Electronic quotes must be submitted via e-mail to Eric Heil at eric.heil@dla.mil. Facsimile quotes will not be accepted. Questions regarding this combined synopsis/solicitation notice may be directed to Eric Heil no later than September 14, 2020 before noon. Please identify notice reference # SP4702-20-Q-0019 with each question. All questions regarding this combined synopsis/solicitation notice shall be submitted in writing via email to: eric.heil@dla.mil / 614-623-2528. Other Acquisition Notes: 1.� The electronic (e-mail) submission is considered the official offer. If there are any discrepancies between submitted offers and the original offer, submitted version will take precedence. 2.� It is the Government�s intention to award without discussions, however the Government retains the right to conduct discussion, if needed. Offerors are encouraged to present their best technical offer and prices in their initial offer submission. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. 3.� If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the offeror shall immediately notify the Contracting Officer in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial offer, as received, without clarifications. 4.� This requirement is being solicited unrestricted. Full and Open Competition FAR 6.101 - (b) Contracting officers shall provide for full and open competition through use of the competitive procedure(s) contained in this subpart that are best suited to the circumstances of the contract action and consistent with the need to fulfill the Government�s requirements efficiently (10 U.S.C. 2304 and 41 U.S.C. 3301). 5.� Selection of an offeror for contract award will be made on the basis of an assessment of each offeror�s response to the combined synopsis/solicitation notice . As a combined synopsis/solicitation notice based on Lowest Price Technically Acceptable (LPTA) Source Selection Process, in accordance with Federal Acquisition Regulation (FAR) Part FAR 15.101-2 (b) (1). The Government will make the award based on the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The THREE (3) evaluation factors for determination of technical acceptability consist of: ���� a.� Technical Service Acceptability ���� b.� Technical Qualifications of Proposed Staffing; and ���� c.� Past Performance Acceptability 6.� DLA Internet Bid Board System (DIBBS) quotations are no acceptable for this combined synopsis/solicitation notice. Offeror�s must complete the entire combined synopsis/solicitation notice including amendments previous posted in http://www.fedbizopps.gov. Quotes must be submitted on hard copy of this combined synopsis/solicitation notice and scanned and emailed to eric.heil@dla.mil before the closing date of the notice. 7. �The Service Contract Act Wage Labor Rates under U.S. Department of Labor Wage Determination No. 2015-4730 (Rev No. 14, posted 05/06/2020) apply to this requirement (see Attachment # 4). 8.� Contractor must be registered in �System for Award Management� (SAM) before quote submission. Check the following SAM website link for registration and/or SAM expiration date, www.sam.gov. Submit SAM�s certification with your quote. Quotes and SAM�s certification dates must match. 9.� GREEN PROCUREMENT All products proposed for use in, or requisitioned under this contract must conform to federal Green Procurement regulations as they relate to the Environmental Protection Agency's (EPA) Comprehensive Procurement Guidelines. These products include Energy Star or Federal Energy Management Program designated electronics; United States Department of Agriculture bio-based designated products; Electronic Product Assessment Tool designated electronics; alternative fuels and fuel efficiency; and nonozone depleting substances. Such products must meet contract performance requirements, taking into consideration price, competition, and availability factors. 10.� FAR 52.237-1 SITE VISIT Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (a) Offerors are encouraged to attend an organized site visit by reporting to the DLA Installation Support�Columbus Engineering Services Branch , Building 308, Defense Supply Center (DSCC), Columbus, Ohio on September 9, 2020 at 1:30 PM eastern time. Please email Eric Heil at eric.heil@dla.mil with a list of attendees� names, no nicknames will be allowed. Email should be submitted no later than 48 hours prior to the site visit. (b) Prospective offerors are notified that remarks or explanations provided during a site visit shall not qualify the terms of this combined synopsis/solicitation notice. Unless and until this combined synopsis/solicitation notice is amended in writing, terms of the notice and specifications remain unchanged. (c) Site visitors requiring interpretation or clarification of technical or contractual requirements included in this notice are encouraged to submit their questions and any information obtained during the site visit to the Contracting Officer, by contacting the individual identified on the face of the notice. Defense Supply Center Columbus base map will be attached to the solicitation (see Attachment # 5). No other Site Visit will be conducted after September 9, 2020 at 1:30 PM eastern time, no exceptions. (d) Contractors must review and comply with REAL ID Act before Site Visit takes place. 11.� COMPLETE QUOTE INSTRUCTIONS Contractors shall provide their quote in the following manner, using zip file: a.� SECTION B - Vendor fill-in of pricing, one (1) PDF document. b.� SAM Certifications; evidence showing your company is registered in SAM's. One (1) PDF document. c.� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment � The offeror must submit the complete representation at FAR 52.204-24, with all reps and certs fill-ins (box checks) completed.� One (1) PDF document. d.� Technical Quote Information � vendor�s submission in response to all non-price (technical and past performance) evaluation factors.� One (1) PDF document.� e.� Price Quote � includes all products and accompanying warrantees, and itemized costs for preventive maintenance services performed in accordance with the Performance Work Statement (PWS).� One (1) PDF document. 12.� FINAL INSPECTION AND ACCEPTANCE Upon completion of the services, a final inspection will be performed by the contractor, the Contracting Officer or their authorized representative, and authorized representatives from the Facilities Engineering Division, DS-FCIE (Project Manager and Contracting Officers Representative). 13.� Quotes will be received by electronic commerce methods (e-mail) �only�. The acquisition specialist shall authorize receipt of e-mailed quotes only on those notices where there is a reasonable expectation the quote will not exceed the maximum size limit of 15 MB, therefore it is inappropriate to authorize e-mailed quotes for very large and/or complex notice. If the size and/or complexity of the initial quote submission makes it impractical for the initial quote to be e-mailed, the acquisition specialist may authorize use of e-mail only for modifications and revisions to quote. Contact Eric Heil, 614-623-2528, to receive a verbal confirmation that the quote was successfully received. 14. Real ID ACT: Contractors shall read and comply with the below federal regulation before Site Visit and proposal submission for this project. Government would not be responsible or postpone or perform another Site Visit if the contractors is not in compliance with the Real ID ACT. For further details see attached Real ID Act document (see Attachment # 6). 15. IMPORTANT NOTICE TO ALL CONTRACTORS: �The Defense Logistics Agency Installation DSCC prohibits all weapons from the workplace. All vehicles entering the DSCC installation are subject to inspection and any weapons found will be confiscated and owners/drivers subject to Federal Magistrate�s Court. This prohibition also applies to all concealed carry (CCW) permit holders. 16.� Representations and Certifications:� The contractor must complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. The provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, must be completed and submitted with the vendor�s offer. Attachments: # 1 � Performance Work Statement # 2 � Section B # 3 � Full Text Provisions and Clauses # 4 � U.S. Department of Labor, Wage Rates and Determinations # 5 � Defense Supply Center � Columbus (DSCC) Strip Map # 6 � Real ID Act Quote MUST be good for 90 calendar days after close of the notice. ASSISTANCE IN SUBMITTING DOCUMENTS/INVOICES INTO THE WIDE AREA WORKFLOW (WAWF) If you need instruction on how to submit an invoice to the Government in WAWF, follow the below instructions. It is not necessary to log into WAWF to access the training. 1.� Click on the Help/Training folder located on the top right hand corner WAWF home page. https://wawf.eb.mil/xhtml/unauth/home/login.xhtml# 2.� Go to Training 3.� Click on Web based Training 4.� Click on iRAPT 5.� Go to Roles and click on vendor 6.� Click Vendor creating documents in iRAPT 7.� Under Document, Scroll down through the documents list and selected the document you wish to learn about. In this case the document you should select is The 2 in 1 (Services Only). You find both a video and step by step instructions on how to complete any the form and be able to submit your invoice into WAWF. After reviewing this information and you are still having problems, you can call the Defense Finance and Accounting Services (DFAS) Help Desk at 1-800-756-4571 Prompt 2. Their hours of operation are between 7:30 AM to 4:30 PM; Monday to Friday Eastern Standard Time. Assistance may also be available to assist in the submission of the invoice by contacting the Procurement Technical Assistance Center (PTAC) office located in your State. There is an office for your county. Their website for further information is: http://www.dla.mil/HQ/SmallBusiness/PTAC.aspx#DDL_Lines
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c6ed64b6213842ed8fc888fc738d62fe/view)
 
Place of Performance
Address: Columbus, OH 43218, USA
Zip Code: 43218
Country: USA
 
Record
SN05791171-F 20200911/200909230142 (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.