Rod, Bar and Pipe Storage System, Bldg. 202, DLA Distribution Norfolk, VA NNSY Site
NOTICE TO OFFERORS 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 - Streamlined Proce... NOTICE TO OFFERORS 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items in conjunction with FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. 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 SP3300-19-Q-5025. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 effective 22 January 2019 and Defense Federal Acquisition Regulation Supplement (DFARS) DFARS Publication Notice (DPN) 20190401edition effective 1 April 2019 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR19-05 and Deviation 2019-02 effective 27 February 2019. The complete text of any of the clauses and provisions are FAR - https://www.acquisition.gov/browsefar DFARS - https://www.acq.osd.mil/dpap/dars/dfarspgi/current DLAD - http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx 3. This Request for Quotation (RFQ) is being issued to establish a Firm-Fixed Price (FFP) contract for Rod, Bar and Pipe Storage System Bldg. 202 located at DLA Distribution Norfolk, Virginia NNSY Site. The Government intends to award one contract as a result of this RFQ and will be issued on a Standard Form (SF) 1449. This acquisition is not a Defense Priorities and Allocations System (DPAS) rated procurement. 4. This RFQ is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code for this project is 333922 and the size standard is 500 employees. The Product or Service Code (PSC) for this acquisition is 3910. 5. DELIVERY: ALL UNIT PRICES SHALL BE QUOTED AS FOB DESTINATION PRICING. Delivery/Install: The items shall be shipped as follows: DLA Distribution Norfolk, VA Norfolk Naval Shipyard, Portsmouth, VA (NNSY) Building 276 Beatty Street Receiving, Portsmouth, VA 23709 6. INSURANCE: Reference FAR Clause 52.228-5 Insurance-Work on a Government Installation located in this solicitation. The minimum amount/kind of insurance is shown below: Workers' Compensation and Employer's Liability - $100,000 (except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers). When requested by the Contracting Officer, the Contractor shall provide a copy of all subcontractors' proofs of required insurance no later than five (5) days before each subcontractor commences work on the Government installation. 7. SYSTEM FOR AWARD MANAGEMENT (SAM): A prospective awardee shall be registered in the System for Award management (SAM) database by the quotation submission date, 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 SAM website at http://www.sam.gov. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _____________________________________________ Company Address: _____________________________________________ _____________________________________________ _____________________________________________ Telephone: _____________________________________________ CAGE Code: _____________________________________________ Point of Contact: _____________________________________________ EMAIL: _____________________________________________ Manufacturer: _____________________________________________ 8. INVOICING AND PAYMENT: Invoicing and Payment will be made via Wide Area Work Flow. See DFARS Clause 252.232-7006. 9. 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. 10. SITE VISIT: Date - 21 May 2019, Time - 1:30 to 3:30 PM Eastern Standard Time, Location - DLA Distribution Norfolk, VA, Norfolk Naval Shipyard, Bldg. 276, Beatty Street Receiving, Portsmouth, VA 23709. Please provide an email to benjamin.bailey@dla.mil by no later than 13 May 2019 if you are interested in attending the site visit. Upon arrival, contractor shall possess a valid driver's license and proof of insurance. Contractor will be met at the pass office and signed in for a one-day pass. 11. SUBCONTRACTING PLAN (LARGE BUSINESSES ONLY) In accordance with FAR 19.704, FAR clause 52.219-9 (Alt II), and DFARS 252.219-7003 (Basic), a subcontracting plan is required from all large business offerors responding to this solicitation. Large Business Offerors shall demonstrate an acceptable subcontracting plan by addressing all the required elements of FAR 52.219-9 using Attachment 4 of the solicitation and shall include the broadest possible scope of small business participation. All large business offerors shall provide in their subcontracting plan a description of the efforts each will make to assure that Small Business (SB); Small Disadvantaged Business (SDB); Women-Owned and Economically Disadvantaged Women-Owned Small Business (WOSB/EDWOSB); Service-Disabled and Veteran-Owned Small Business (SDVOSB/VOSB); and, HUBZone Small Business (Hzn) concerns will have equal opportunity to compete for subcontracts under any resulting contract. Large Business offerors shall also clearly define the roles and responsibilities between the prime and subcontractors in the proposed subcontracting plan. Subcontracting goals should be set at a level that the parties reasonably expect can result from the offeror expending good faith efforts to use Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business, and Woman-Owned Small Business subcontractors to the maximum extent practicable. Large Business Offerors shall provide substantiating documentation to demonstrate the above requirements. The Small Business Subcontracting Plan will become part of the resultant contract. 12. SMALL BUSINESS PARTICIPATION COMMITMENT DOCUMENT (SBPCD) (ALL OFFERORS) All offerors (both other than small business and small business) shall provide the following SBPCD requirements using Attachment 5 and provide substantiating documentation to demonstrate how the offeror will meet these requirements. This required information will be used in the performance of this acquisition (as small business prime offerors or small business subcontractors) relative to Evaluation, Factor 3, Small Business Participation. These SBPCD requirements will become part of the resultant contract. The Government is not soliciting for the "same old way" of doing business. The Government encourages proposals that will achieve savings through innovative processes. Furthermore, DLA Distribution personnel are working to eliminate unnecessary requirements and negotiating for a reduction in supplies/material prices. Therefore, your assistance is requested in reducing prices and improving our buying process. ATTACHMENTS: Attachment 1 - Statement of Work Attachment 2 - Drawing Attachment 3 - Schedule of Supplies Attachment 4 - Subcontracting Plan Template Attachment 5 - Small Business Participation Commitment Document Exhibit 1 - Contract Data Requirements List (CDRL)
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »