This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), 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 a Request for Proposal (RFP) and the solicitation number is SP3100-08-Q-0038.
This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-25 effective 22 Apr. 2008 and Defense Federal Acquisition Regulation Supplement (DFARS) DCN 20080423 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2008-20. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil.
This acquisition is unrestricted. The associated North American Industry Classification System (NAICS) code is 811310 and the associated size standard is $6.5 million.
The period of performance will be 01 June 2008 through 31 May 2009.
The equipment is located at the Defense Distribution Center Tobyhanna, PA, Warehouse 2, Tobyhanna, PA 18466-5059
DESCRIPTION: The Defense Distribution Center Tobyhanna, PA (DDTP) has a requirement to provide labor, materials, equipment and supervision necessary to perform monthly on-site preventive maintenance and miscellaneous repairs on five (5) Government owned Raymond Turret Trucks. The contractor MUST be certified in the repair of Raymond equipment, and able to obtain the software and parts needed to repair the equipment. The monthly maintenance shall include all items indicated in the service manual to include general machine cleaning, replacement or worn parts as required and all repairs due to normal use and ware. The Government will provide a ceiling price for miscellaneous parts not covered by the monthly maintenance. Maintenance shall be performed on-site. All repairs not covered under the monthly maintenance shall be approved by the Government Point of Contact (POC) prior to repair. Service shall be provided Monday through Friday (except Federal Holidays), between the hours of 8:00 AM â 3:30 PM within eight (8) hours after contact by the Government POC.
EQUIPMENT LIST:
4 Raymond Turret Trucks model 537CSR
Serial Numbers: 537-95-01528, 537-95-01529, 537-95-01530, and 537-95-01531
Monthly Preventative Maintenance Charge per unit $_______________
1 Raymond Turret Truck model 3M0214
Serial Number: SA-98-00296
Monthly Preventative Maintenance charge per unit $_______________
Hourly Labor Rate for Miscellaneous Repairs $_______________
All labor and repair parts not covered under the preventive maintenance will have a estimated ceiling price of $5,000.00.
Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449.
Payment for supplies and/or services under this order will be made by the Acquisition Operations Office via the Government Purchase Card (VISA).
NOTE: Since all payments under this purchase order will be made via the Government Purchase Card, the Contractor must accept the VISA Credit Card for payment of all supplies ordered under this purchase order.
The following FAR and DFARS clauses and provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards.
NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov.
FAR 52.215-5 Facsimile Proposals
FAR 52.216-1 Type of Contract
The Government contemplates award of a firm-fixed price contract with a line item for time and materials.
DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999)
Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activityâs Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an âAgency Level Protest under Executive Order No. 12979.â (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officerâs decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer.
(End of Provision)
DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001)
(a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute.
(b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate.
(c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer.
(End of Provision)
OFFER SUBMISSION INSTRUCTIONSâQuotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award.
1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation)
2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award.
FAR 52-212-2 Evaluation â Commercial Items (JAN 1999). The Government intends to evaluate quotes in response to this quotation without discussions and will award one firm-fixed price contract to the responsible offeror whose quote represents the total overall lowest price.
FAR 52.212-3 Offeror Representations and Certifications â Commercial Items
DFARS 252.212-7000 Offeror Representations and Certifications â Commercial Items
FAR 52.212-4 Contract Terms and ConditionsâCommercial Items. Addenda to 52.212-4; the following clauses apply:
Alt 1 (Feb 2007) applies with the following fill ins:
Paragraph (i)(1)(ii)(D)(1) Other direct Costs. The Government will reimburse the Contractor on the basis of actual cost for the following, provided such costs comply with the requirements in paragraph (i)(1)(ii)(B) of this clause: [Insert each element of other direct cists (e.g., travel, computer usage charges, etc. Insert âNoneâ if no reimbursement for other direct costs will be provided. If this is an indefinite delivery contract, the Contracting Officer may insert âEach order must list separately the elements of other direct charge(s) for that order or, if no reimbursement for other direct costs will be provided, insert âNoneâ.â] _______________NONE____________________.
Paragraph (i)(1)(ii)(D)(1) Indirect Costs (Material handling, Subcontract Administration, etc.). The Government will reimburse the Contractor for indirect costs on a pro-rata basis over the period of contract performance at the following fixed price: [Insert a fixed amount for the indirect costs and payment schedule. Insert â$0â if no fixed price reimbursement for indirect costs will be provided. (If this is an indefinite delivery contract, the Contracting Officer may insert âEach order must list separately the fixed amount for the indirect costs and payment schedule or, if no reimbursement for indirect costs, insert âNoneâ.â]___________NONE____________.
FAR 52.217-8 Option to Extend Services
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive OrdersâCommercial Items (in paragraph (b) the following clauses apply:
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government
FAR 52.219-28 Post Award Small Business Program Rerepresentation
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child LaborâCooperation 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Elibible Veterans
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans
FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.225-13 Restriction on Certain Foreign Purchases
FAR 52.232-36 Payment by Third Party
FAR 52.222-41 Service Contract Act
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires
In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
This statement is for Information Only: It is not a Wage Determination
Employee Class Monetary Wage - Fringe Benefits
Heavy Equipment Mechanic â WG10 $20.34
Automotive Electrician â WG09 $19.56
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply:
FAR 52.203-3 Gratuities
DFARS 252.225-7036 Buy American ActâFree Trade AgreementâBalance of Payments Program ALT I
DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007)
Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7591 or e-mail to
[email protected]. All quotes must be received by MAY 20, 2008 AT 3:30 PM EST to be considered for award.
Bid Protests Not Available